Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 22, 2012 FBO #3802
SOURCES SOUGHT

J -- CV-22 CMS Augmentation Services - Sources Sought

Notice Date
4/20/2012
 
Notice Type
Sources Sought
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
Department of the Air Force, Air Force Special Operations Command, HQ AFSOC/AK7Q - Hurlburt, 427 Cody Avenue, Hurlburt Field, Florida, 32544-5434, United States
 
ZIP Code
32544-5434
 
Solicitation Number
FA0021SSCV22MAY2012
 
Archive Date
5/19/2012
 
Point of Contact
Diana R Graziano, Phone: 850-884-4770, Jeffrey Lowman, Phone: 850-884-2022
 
E-Mail Address
diana.graziano@hurlburt.af.mil, jeffrey.lowman@hurlburt.af.mil
(diana.graziano@hurlburt.af.mil, jeffrey.lowman@hurlburt.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Attch 4c - Hydraulics JQS Attch 4b - Fuels JQS Attch 4a - Engines JQS Attch 3 - Electrical/Environmental Attch 2 - Avionics JQS Attch 1 - Mechanical JQS HQ AFSOC is seeking qualified sources capable of providing CV-22 aircraft maintenance support services to augment organic maintenance units. It is anticipated this acquisition will be a competitive 8(a) pending industry response to this sources sought and SBA approval. We are seeking capabilities from all Small Businesses qualifed to perform under the NAICS: 488190, Size Standard $30M as of March 26, 2012, FSC: J016 to determine the market interest and capability. This document is for information and planning purposes only. Companies are invited to submit their capabilities to support this potential requirement as identified below (to include OCONUS experience). The offerors shall identify their socio-economic size, category and experience associated with the NAICS specific to flight line maintenance. Companies may respond via email to Diana R. Graziano at diana.graziano@hurlburt.af.mil no later than 4 May 2012, 2:00 p.m. CST. When responding, reference in the subject block: FA0021SSCV22MAY2012. This Sources Sought is market research and is for Information only it is not to be construed as a commitment by the Government, nor will the Government pay for the information submitted in responses. Respondents will not be notified of the results. It is the responsibility of each company to monitor the Internet site https://www.fbo.gov for any further informational releases(if any). If a solicitation goes out, it will be posted under the RFP number FA0021-12-R-0012. This sources sought is to test the market to see industry capability for non-personal CV-22 Contractor Maintenance Support (CMS) services to Hurlburt Field, Florida, Kirtland AFB, New Mexico, Cannon AFB, New Mexico, RAF Mildenhall, United Kingdom, and potential for a future base in PACOM (the OCONUS locations will be supported via TDYs). This effort is planned for a base period of twelve (12) months with two (2), twelve month option periods. The CV-22 aircraft have the primary missions of combat and training missions driving both CONUS and O-CONUS support requirements. The CV-22 is a weapons system that currently has limited organic maintenance capability. Because of organic maintenance capability, complexity of the aircraft, and programmed growth, the maintenance concept is a combined effort of active-duty Air Force and Contractor Maintenance Support (CMS) technicians. Both active-duty Air Force and CMS technicians are responsible for Organizational level (O-level) and Intermediate level (I-level) maintenance. The CV-22 aircraft located at Hurlburt Field, FL, Cannon AFB, NM, and RAF Mildenhall, UK, and potential for a future base in the PACOM AOR are operational assets that will be deployed overseas to conduct and support AFSOC operations. CMS personnel assigned to those locations will be required to deploy or perform temporary duty world-wide in support of CV-22 mission requirements. CMS personnel supporting operations at RAF Midlenhall, UK and the potential future base in the PACOM AOR will be required to perform these duties on a temporary duty rotational basis. The CMS service provider shall provide V-22 experienced maintenance production supervision and personnel to execute all Organizational and applicable Intermediate (O and I)-level maintenance operations. The requirement is a mix of Mechanical Specialty Maintainers and Electrical/Avionics Specialty Maintainers in sufficient numbers in the applicable functional areas to manage, supervise, and perform all tasks required by the SOW. The CV-22 program will continue to mature from a current 23 aircraft to an end-state of 50 aircraft. Final aircraft basing is not yet determined. The increase in aircraft may drive a requirement for additional growth in CMS personnel to conduct aircraft maintenance and on-the-job training at each location. The specific personnel requirements include: Program Manager (PM): The PM is required to have a minimum of 18 years experience in aircraft maintenance and working knowledge of flightline operations/supervision. Although not required, the Government desires an Airframe and Power Plant certification for this position as well as V-22 specific experience. This position will be located at Hurlburt Field, FL. Site POC: The POC at each location is required to have 15 years experience in aircraft maintenance and flightline operations/supervision. The Government desires this position to have three (3) years of V-22 experience; however, one year of documented recent (within the past three years) experience on the V-22 is required. The POCs shall be fully qualified in their primary specialty Mechanical (APG) and/or Electrical/Avionics Specialty in order to be available to perform aircraft maintenance daily. Although not required, the Government highly desires an Airframe and Power Plant certification for this position. CMS TEAM REQUIREMENTS/QUALIFICATIONS Aircraft Maintenance Experience. CMS personnel must have a minimum of seven (7) years continuous aircraft maintenance background/experience in an Aircraft Mechanical or Aircraft Electrical/Avionics specialty on any fixed-wing or rotary aircraft. Furthermore, it is the Government's desire to attain personnel with three (3) years of V-22 experience; however, one (1) year of documented recent (within the past three (3) years) experience on the V-22 is required. The CMS service provider shall provide V-22 experienced maintenance production supervision and personnel to execute all Organizational and applicable Intermediate (O and I)-level maintenance operations. The requirement is a mix of Mechanical Specialty Maintainers and Electrical/Avionics Specialty Maintainers (Attachment 1, Level of Support / Growth) in sufficient numbers in the applicable functional areas to manage, supervise, and perform all tasks required by the SOW. All CMS personnel shall be fully trained, qualified, and certified as necessary for their respective tasks, with equivalent certifications matching the Air Force's program of 7-level certifications. Mechanical Specialty Maintainer: Overall intent of the Mechanical Specialty Maintainer is to have the primary background/qualifications equivalent to the Air Force "APG/Crew Chief" mechanic with secondary skill sets of Engines, Hydraulics, and Fuels specialties listed in Attachment 6, Secondary Mechanical JQS. This requires the skill set of maintaining and managing all aspects of aircraft maintenance. The Contractor shall submit Mechanical candidates who possess the knowledge, experience and equivalent certifications of a 7-level Air Force APG mechanic and are at least 80 percent qualified/proficient on the Mechanical Specialty tasks listed at Attachment 3, Mechanical JQS. Candidates/employees shall become fully qualified in the secondary skill sets within a reasonable and realistic period as identified in the contractor's proposal/training plan. Electrical/Avionics Specialty Maintainer: Overall intent of the Electrical/Avionics Specialty Maintainer is to have the primary background/qualifications equivalent to either of the aircraft Electrical/Environmental or Aircraft Avionics specialties, but ultimately shall be qualified in both skill sets identified. The Contractor shall submit candidates who possess the knowledge, experience and equivalent certifications of a 7-level Air Force Electrical/Avionics Technician and are at least 80 percent qualified/proficient on either the Electrical/Environmental or Avionics Specialty tasks listed at Attachment 4, Avionics JQS or Attachment 5. Electrical/Environmental JQS. Candidates/employees shall become fully qualified in the secondary skill sets within a reasonable and realistic period as identified in the contractor's proposal/training plan.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSOC/HQAFSOCPKMZ/FA0021SSCV22MAY2012/listing.html)
 
Place of Performance
Address: Multiple locations, multiple countries as defined in the Description block above., United States
 
Record
SN02727424-W 20120422/120420235004-7cdf68beb6b087fe0853e670d9130b79 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.