SOURCES SOUGHT
15 -- KC-130R Support Services - Attachments
- Notice Date
- 2/1/2011
- Notice Type
- Sources Sought
- NAICS
- 336411
— Aircraft Manufacturing
- Contracting Office
- Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272, 47123 Buse Road Unit IPT, Patuxent River, Maryland, 20670, United States
- ZIP Code
- 20670
- Solicitation Number
- N00019-11-R-0040
- Point of Contact
- Thomas Kracinovich, Phone: 3017577044
- E-Mail Address
-
thomas.kracinovich@navy.mil
(thomas.kracinovich@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Attachment 2 Attachment 1A Attachment 1 The Naval Air Systems Command (NAVAIR) PMA-207 (Tactical Airlift, Adversary & Support Aircraft Program Office) is issuing this Request for Information (RFI) as part of a market research and information gathering process to determine the availability of sources capable of providing the following supplies and services for one to nine Department of the Navy (DON) KC-130R: (1) Regeneration; (2) Depot-Level overhaul; (3) Avionics upgrade; (4) Other modifications; (5) Training (flight and ground maintenance); and (6) Contract Logistics Support (CLS). The DON retired nine KC-130R aircraft between 2005 and 2008. These aircraft are currently preserved at the Aerospace Maintenance and Regeneration Group (AMARG) in Tucson, Arizona awaiting acquisition by either U.S. or International customers. The KC-130R was first delivered to the DON in 1975 and is equivalent to a United States Air Force (USAF) C-130H1 aircraft. It has structural, fuel, and hydraulic provisions for Sargent Fletcher refueling pods installed on each outer wing. The nine KC-130R aircraft have accumulated an average of 17,500 Flight Hours and an average of 20,875 Center Wing equivalent flight hours (EFH). In preparation of request for pricing and availability information from U.S. or International customers, NAVAIR is seeking to collect the Rough Order of Magnitude (ROM) pricing and availability data for three DON KC-130R aircraft. Interested parties are requested to provide the following Rough Order of Magnitude (ROM) pricing and availability data: The following general assumptions should be used in developing the requested ROM data: Assumptions: (1) That the efforts identified under subparagraphs 1 to 4 can start between 1 Jan 2013 to 31 Dec 15 and be finished between 1 Jan 2016 to 31 Dec 18; (2) All aircraft have been out of operation since 12/2005; (3) All aircraft are baselined with the same avionics identified under attachment 3. (4) That the efforts identified under subparagraph 5 to 7 can start between 1 Jan 2016 to 31 Dec 18. Please submit pricing and availability and suggested approach for some or all of the discrete program elements listed below, to include applicable rules, schedules, and synopsis of their capabilities, facilities, and relevant experience in the depot overhaul and logistics support of KC-130R aircraft. This ‘menu' approach will enable PMA 207 to make recommendations based on each customer's unique requirements. Comments concerning the requirements are encouraged as well as any perceived schedule or cost risks with our approach. The total package approach to be provided as part of this RFI encompasses the following program elements: 1) Regenerate AMARG KC-130R aircraft - Assume the minimum requirements of Regeneration are listed under Attachment 1 in preparing response. 2) Depot repair/overhaul - Assume a "standard" Depot-Level Repair/overhaul package in preparing response. a. Full depaint and subsequent repaint. b. Engine, QECK, and propeller overhaul. c. Respondents are requested to provide any additional assumptions used in support of their ROM. (i.e. past performance summary to support projected depot maintenance turn-around time (TAT) based on similar aircraft age or usage.) d. The technical details of the "standard" NAVAIR Planned Maintenance Interval (PMI) specification are available upon request. 3) Install an Avionics Upgrade. An Avionics Upgrade is almost certainly going to be required, especially if the Customer is planning to operate in Europe or Asia. Emphasis is on providing a low-cost, certified architecture that incorporates as much Commercial Off The Shelf (COTS) equipment as practical to provide a cost-effective and rapid increase in capability to the KC-130R. Assume the following requirements in preparing response: a. Avionics Upgrade shall include two (2) ARC-210 629F-23 Radios and all Ancillary Equipment (Radio mounts, control heads and nine (9) inch tunable antennae's). b. Avionics Upgrade shall address CNS/ATM shortfalls in the current KC-130R avionics configuration that is provided in Attachment 2. c. Based on responses, additional information may be sought regarding low (basic, federated system that only addresses current CNS/ATM and/or obsolescence requirements), high (integrated, open architecture system that provides a state-of-the-art avionics system to address all current & future CNS/ATM, obsolescence, DMSMS, etc. requirements), and mid (something in-between a low & high) end technical solutions. d. The Respondent shall also provide details on the certifications held by their proposed repair and overhaul facility; i.e. Lockheed Martin authorized C-130 Service Center. Specifically, comment on the ability to provide Airworthiness Certification for delivered/overhauled aircraft. e. The data for the installation of the Avionics Upgrade shall be non-proprietary and fully releasable to the US Government and the Customer. 4) Install other modifications and upgrades. -- Assume the following requirements in preparing response: a. Aircraft Survivability Equipment (ASE)/Electronic Warfare (EW) i. Radar Signal Detecting System ii. Missile Warning System iii. Counter Measures Dispensing System iv. Infrared Counter Measures System v. Twenty (20) man life rafts b. APU (to replace GTC) 5) Provide a thirty-six (36) month Contractor Logistics Support (CLS) program. -- Assume the following requirements in preparing response: a. Three (3) Field Service Representatives (FSRs) at Customer's Main Operating Base for one (1) year commencing three (3) months prior to first aircraft delivery (Airframes, Avionics, Power & Propulsion); b. The Respondent shall comment on their ability to provide certification (OEM documentation, authenticity of manufacture/origination, etc.) of spares, special tools and test equipment, as well as support equipment. Also, comment on the anticipated level of qualifications/licensing/certifications that will be held by prospective CLS maintenance/support personnel. c. There may be a requirement for the CLS Respondent to train the Customer's maintenance personnel. Provide a brief comment on the numbers and the trades of Customer personnel that would require training for a 3 aircraft fleet. d. Publications and semi-annual updates (Assume 50 pages per month). The basic aircraft publications will be provided by the Government; e. Defensive Systems Hardware & Software Support; f. Contractor Maintenance Services at Customer's Main Operating Base to provide Flight Line Maintenance (Organizational ("O") Level & Authorized/Limited Intermediate ("I") Level) support and On the Job Training (OJT); 6) Provide an Aircrew training program. -- Assume a 3 aircraft fleet. 7) Provide a Maintenance training program. -- Assume a 3 aircraft fleet. Interested parties are also requested to provide the following information: • Corporate Information: (a) A brief description of your company including, name and address of firm, ownership, year firm established, its size, major products, primary customer focus; (b) A discussion of your company's past experience and performance on either all or any of the following: (1) Regeneration, (2) Depot Overhaul, (3) Avionics Upgrade; (4) Modification of DON KC-130R or similar type military aircraft; (5) training (flight and ground maintenance); and, (6) Contract Logistics Support (CLS) of DON KC-130R or similar type military cargo aircraft; (c) Customer contracts, including Contracting Officer's and Technical points of contact names and telephone numbers in order for NAVAIR to validate statements; (d) experience with obtaining U.S./Foreign export/import licenses/agreements and compliance with U.S. Arms Export Compliance Act (AECA) of 1976, International Traffic in Arms Regulations, End User Certificate preparation, etc; and (e) Any other corporate information respondents deem necessary to aid the Government in making an informed assessment. • Please provide any pricing assumptions used in support of the ROM. If additional information is required from NAVAIR to aid in the refinement of the ROM, please identify what needs to be provided. • Identify required or recommended Government Furnished Property (GFP), Government Furnished Software (GFS), Government Furnished Information (GFI), and Government Furnished Equipment (GFE) to support the identified requirement. • Identify any alternative solutions regarding potential cost and schedule savings for any of the listed items (i.e., combining modification with Depot-Level effort, alternate methods of transport or delivery to Depot facilities). • Ability to utilize existing technologies/designs to accelerate development and fielding schedules. • Modularity, to include the use of open systems architecture where feasible and affordability. The aircraft are required to be delivered directly to the customer's Main Operating Base (MOB). Provide a statement about whether a contractor flight crew would/could be available to perform flight test and deliver the aircraft. Point of Contact (POC): Technical information (unclassified only) may be made available to potential respondents of the RFI upon request to Mr. Tom Kracinovich. Unclassified information available upon request includes the technical details of the "standard" NAVAIR Planned Maintenance Interval (PMI) specification. Any request for technical information or questions about this RFI should be in writing and sent either by email or via letter to thomas.kracinovich @navy.mil, or to the following address: Naval Air Systems Command Headquarters, Attn: AIR-2.3.5.2.2, 21487 Great Mills Road, Suite B, Lexington Park, MD 20653. RFI responses are due no later than 2:00 p.m. (EST) on 03 March 2011. All submissions must be unclassified. Provide one hardcopy and one CD-ROM in Microsoft Office 2003 format. If proprietary information is included in the response, please mark the proprietary information appropriately and provide disposition instructions. Any information that is not marked as proprietary will not be considered as proprietary and may be subject to disclosure to third parties. NAVAIR will not return submissions or hold industry debriefings. Please limit the response to Paragraph (a) above to 30 pages, including attachments; and, Paragraph (b) and its seven subparagraphs to 30 pages, including attachments. Non-Disclosure Agreements: Provided below is a list of PMA 207 support contractors expected to have access to the data provided by the respondents to this RFI as part of the response review. These contractors already have Non-Disclosure Agreements (NDAs) in place with the Government as a requirement of their function in supporting Government projects. If desired, respondents can request NDAs with these contractors directly. If additional contractors are to be utilized during the review, respondents will be notified so that the necessary agreements can be obtained, if required. Any markings on data should reflect that the information is releasable to these contractors. Failure to release response information to listed Government support agents may prevent its review. It is anticipated that employees from GDIT and NTA may review the RFI responses. Contact information for these Companies is as follows: 1. GDIT 22560 Epic Drive California, MD 20619 Phone: (301)-863-2453 P.O.C. Lynda Johnson; 2. NTA 2494 Ridgeway Blvd. Manchester, NJ 08759 (732)-657-5600 P.O.C. George Shelfer Foreign Participation: To participate, a foreign firm may be required to team with a U.S. firm that possesses a U.S. facility clearance with technologies/data safeguarding capabilities, inclusive of the authority to receive critical technology and/or data required to execute this program. Any resultant contractor teaming or license agreements between U.S. firms and foreign firms, to include employment of foreign nationals by U.S. firms, shall be in accordance with current U.S. export laws, security requirements, and National Disclosure Policy, and shall require the prior approval of the contracting officer and foreign disclosure officer. The U.S. Government will provide foreign disclosure guidance to U.S. firms upon request. Responses to this RFI are NOT a request to be added to a prospective offerors list or to receive a copy of the solicitation. This synopsis is for market research purposes only and IS NOT A REQUEST FOR PROPOSAL (RFP) nor does it restrict the Government in determining or planning its acquisition approach. The Government will not reimburse interested sources for any costs incurred in preparation of a response to this notice. Information provided herein is subject to change and in no way binds the Government to solicit for or award a contract. If a solicitation is released it will be synopsized in Fed Biz Opps (http://www.fedbizopps.gov). It is the potential offeror's responsibility to monitor this site for the release of any solicitation or synopsis.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/N00019-11-R-0040/listing.html)
- Place of Performance
- Address: TBD, United States
- Record
- SN02370531-W 20110203/110201233959-be039f6fa232c0d6a7135c3e04bc9774 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |