MODIFICATION
J -- Contractor Logistics Support for C-20 and C-37 aircraft
- Notice Date
- 10/27/2011
- Notice Type
- Modification/Amendment
- NAICS
- 488190
— Other Support Activities for Air Transportation
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, Tinker OC-ALC - (Central Contracting), 3001 Staff Drive, Ste 1AG76A, Tinker AFB, Oklahoma, 73145-3015
- ZIP Code
- 73145-3015
- Solicitation Number
- FA8106-11-R-0001_(C-20-37_CLS)
- Point of Contact
- Kim A Robinett, Phone: (405)739-2316
- E-Mail Address
-
kim.robinett@tinker.af.mil
(kim.robinett@tinker.af.mil)
- Small Business Set-Aside
- N/A
- Description
- *************************************************************************************************************************** Synopsis for C-20 and C-37 Contractor Logistics Support Subject: C-20 and C-37 Contractor Logistics Support Type of acquisition: Service Application: C-20 and C-37 aircraft Proposed Solicitation Number: FA8106-11-R-0001 Estimated RFP issue date: 28 November 2011 Estimated RFP proposal due date: 16 January 2012 Contact Point or Contracting Officer: Kim Robinett (kim.robinett@tinker.af.mil) Contract Award and Solicitation Number: FA8106-11-R-0001 Contract Line Item Number: Various Contract Award Date: Estimated award date 30 June 2012 Description: Contractor Logistics Support (CLS) of the C-20 and C-37 aircraft. CLS includes all support actions required for operating and maintaining the aircraft, aircraft subsystems, and support equipment. Two levels of support are required for this effort, full and partial CLS. Additionally, other Gulfstream aircraft operated or managed by the Government may use the non-recurring portion of this contract on an over and above basis. The contractor shall support any changes in the location, quantity and/or type of C-20 and/or C-37 aircraft under this contract. If necessary, the Contractor and the Government will enter into negotiations to determine the impact of increasing or decreasing coverage or change of location of aircraft. The C-20 and C-37 CLS program supports sixteen (16) C-20s and nineteen (19) C-37s purchased from Gulfstream Aerospace Corporation and support for four (4) additional aircraft for parts only. The C-20 and C-37 is a militarized version of the FAA-airworthiness certificated Gulfstream GIII, GIV, GV and G550 aircraft as identified in PWS Table 1-1. The C-20 aircraft is powered by twin Rolls Royce MK-511 SPEY and MK-611 TAY engines and the C-37 is powered by twin Rolls Royce BR-710 engines. These aircraft are equipped with specialized mission communication stations. The C-20 and C-37 mission is two-fold: the first mission is for the military services to provide worldwide airlift support for senior military leaders and Government officials. The second is for the Navy and Marine C-20G aircraft, equipped with a cargo door, to primarily provide long range, medium airlift, logistics support. The C-20 and C-37 fleet is subject to long and short term deployments. The Contractor shall maintain the fleet IAW Federal Aviation Administration (FAA) approved maintenance standards to maintain the aircraft FAA Airworthiness/Type Certification. The Contractor shall ensure any maintenance requirement that exceeds maintenance capabilities at the MOB shall be accomplished at a Federal Aviation Regulation (FAR) Part 145 FAA-certified Gulfstream III, IV, V and 550 repair station. The full CLS system includes all aircraft maintenance and personnel, materials and inspections, launch and recovery of aircraft, management of all Government owned spares and support equipment through a Contractor Operated and Maintained Base Supply (COMBS); repair and overhaul of all repairable spares at FAA certified repair stations; maintenance and repair of all support equipment; aircraft paint; engine/Auxiliary Power Unit (APU) repair and overhaul. The supply support requires the contractor to identify, procure, stock, store and issue common and peculiar spare parts, components, consumables and bench stock for the aircraft, aircraft systems, engines/APUs and peculiar test/support equipment. The contractor's inventory shall be of sufficient range and quantity to meet the performance measurements defined in the PWS. Additional support, as over and above tasks, engineering services including development, test and FAA certification of modifications, installation of modifications, depot maintenance support, field team support (worldwide), deployment support (worldwide), aircraft crash investigations, failure and tear down reports, acquisition of commercial data, and damage repair. The Government also requests information for: quality, contract funds status, parts consumption and usage, parts obsolescence, service engineering reports, subscription services for technical manual updates and service actions. Partial CLS of the Air Force C-20B and C-37 aircraft at Andrews AFB, MD, does NOT include, organizational level maintenance and inspections and personnel to perform such, or launch and recovery of aircraft. Partial CLS of the Air Force C-20B and C-37A/B aircraft at Andrews AFB, MD DOES include supply of all Government owned spares and support equipment through a COMBS; repair and overhaul of all repairable spares at FAA certified repair stations; maintenance and repair of all support equipment; aircraft paint; engine/APU repair and overhaul. These actions include supply, procurement, production control, quality control, engine/APU tear down and completion reports, component failure reports, and acquisition of commercial data. This effort includes additional support, as over and above tasks, engineering services, test and FAA certification of modifications, installation of modifications, depot maintenance support. The Government also requests information for: quality, contract funds status, parts consumption and usage, parts obsolescence, service engineering reports, subscription services for technical manual updates and service actions. Again, the supply support for the C-37 program is the responsibility of the contractor to identify, procure, stock, store and issue. Experience requirements: See PWS for specific experience requirements. Place of Contract Performance: Andrews AFB, MD, Ramstein AB, GE, Hickam AFB, HI, Kaneohe Bay Hawaii, MacDill AFB, FL, Reagan National Airport, Sigonella, IT, and awardees depot maintenance facilities. Set-aside Status: This requirement is not set-aside for small business. Duration of the contract period: 5 years to include a 7-month base period, 4 one-year options, one 5-month option plus an option for a 120-day extension. Technical Data: Some technical data required to respond to the solicitation will not be furnished as part of the solicitation. The technical data may be obtained by submitting a valid, completed DD2345 form to the PCO, Kim Robinett, via email at kim.robinett@tinker.af.mil. Equipment and technical data generated or delivered under this contract are controlled by the International Traffic in Arms Regulation (ITAR), 22 CFR Chapter 1, Subchapter M parts 120-130. An export license is required before assigning any foreign source to perform work under this contract or before granting access to foreign persons to any equipment and technical data generated or delivered during performance (see 22 CFR Chapter 1, Section 125). The solicitation will contain the following clauses DFAR 252.209-7001 Disclosure of Ownership or control by the Government of a Terrorist Country, DFAR 252.209-7002 Disclosure of Ownership or Control by a Foreign Government, and DFAR 252.204-7008 Export-Controlled Items" A current, valid, completed DD2345 form will be required for release of technical information related to this solicitation and resulting contract." Facility Clearance Information: The offeror, and subcontractors as required, must possess or acquire prior to Source Selection Authority Decision Brief a facility clearance equal to the highest classification specification (DD254) attached to the solicitation and be entitled to COMSEC information without additional authorization (i.e. National Interest Determination (NID)). Therefore, all facility clearances must be approved and Foreign Ownership Control or Influence (FOCI) issues must be mitigated prior to the Source Selection Authority Decision Brief. The Industrial Security Facilities Database (ISFD) will be used to verify facility clearances one business day prior to the Source Selection Authority Decision brief. The Source Selection Authority Decision brief could take place after receipt of original proposals if awarding without discussions or after receipt of the final proposal revisions. The Government is not obligated to hold discussions nor delay the decision brief awaiting an offeror to complete this requirement. Service Contract Act: The Service Contract Act applies to this requirement. Request all potential offerors submit their places of performance so that wage determinations can be requested and posted. Submit all places of performance to include Prime vendor name, CAGE code, place of performance address, city, state, and county to the PCO, Kim Robinett, via email at kim.robinett@tinker.af.mil. Wage determinations will be posted to FBO. Other information: CMP: For access to Gulfstream CMP, all potential offerors must submit one name of a U.S. citizen to the PCO, Kim Robinett, at kim.robinett@tinker.af.mil. Access to CMP will start when the final RFP is issued until the proposal due date. Technical Library: The technical library will be open when the final RFP is issued until the proposal due date. The technical library will be at Tinker AFB. Please contact Kim Robinett for an appointment to visit the technical library. The technical library will contain Government unique manuals for the aircraft, minimum equipment lists (MELs), and paint drawings. A completed DD2345 form will be required for entry into the technical library. Visits to the technical library will be by appointment only. A nondisclosure form will also be required.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA8106-11-R-0001_(C-20-37_CLS)/listing.html)
- Record
- SN02613679-W 20111029/111027233958-a8e10e882bf21a9d5ad3f9b74aafd54b (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 |