Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 21, 2012 FBO #3892
SOURCES SOUGHT

J -- HC-130 PSI

Notice Date
7/19/2012
 
Notice Type
Sources Sought
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Aviation Logistics Center, HU25, HH65, H60J, C130, ESD, IOD, ISD, CASA or ALD, Elizabeth City, North Carolina, 27909-5001, United States
 
ZIP Code
27909-5001
 
Solicitation Number
HSCG38-12-I-H00007
 
Point of Contact
Sherri L. Peele, Phone: 2523356768
 
E-Mail Address
sherri.l.peele@uscg.mil
(sherri.l.peele@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Coast Guard, Aviation Logistics Center (ALC) is performing market research to determine available sources located in the lower continental United States that can provide contractor-furnished resources, capabilities, technical assistance, and suitable facilities to support the following: Progressive Structural Inspection (PSI) (and all de-painting and painting) of the HC-130H aircraft PSI (and all de-painting and painting) of the HC-130J aircraft Depot Level repairs to HC-130H aircraft Depot Level repairs to HC-130J aircraft Unscheduled Depot Level Maintenance (UDLM) including Time Critical Technical Order (TCTO) development and implementation as well as Contract Field Teams (CFTs) Non Recurrent Repairs HC-130H Non Consumable Parts HC-130J Non Consumable Parts Storage, stocking of inventory, control, accounting, issue, and shipping of supply parts and aeronautical equipment Preservation, storage, and maintenance of replacement aircraft parts Technical engineering support in aeronautical and avionics fields Aircraft sheet metal shop support Maintenance and Component Repair on T-56 engines and HC-130H propellers Maintenance on AE 2100D3 engines and HC-130J propellers Widespread Fatigue Damage Inspection of Center Wing Box Rapid Modification Production Line ALC is seeking resources that can meet the following requirements: The contractor's (including paint services) facilities shall meet the following minimum airport requirements: 1. The contractor shall be co-located on an airport and shall meet the requirements of FAA Federal Aviation Regulation Part 139 Certification of Airports, Sub Part D, Operations. The airport shall be certified for Instrument Approach Procedures that meet the requirements of FAA Federal Aviation Regulation Part 97, Standard Instrument Procedures. The airport shall have at least one of the following approach types: ILS, NDB, VOR, or TACAN to ensure aircraft can land at the facility in Instrument Meteorological Conditions. The airport shall have an operating control tower, operating Flight Service Station (FSS), or operating Aeronautical Advisory Station (UNICOM) for all HC-130 aircraft arrivals and departures. If the airport does not have an operating tower or FSS, it shall have an Automated Terminal Information System (ATIS) or similar capability to provide accurate weather conditions for the landing runway. The airport shall provide a capability for the tower, FSS or UNICOM to maintain radio communication with the aircraft during all ground operations, such as taxi, take-off, and landing, and be able to alert the firefighting and medical facilities in the event of a mishap. As a minimum, runway length shall be no less than 6,000 feet long. The airport shall have the capability to perform compass calibration either via compass rose or electronic method. 2. De-painting and painting of the aircraft is the only portion of this requirement that the contractor will be authorized to subcontract. 3. The anticipated number of aircraft for PSI is seven per year (five HC-130H aircraft and two HC-130J aircraft). The contractor shall have access to the original equipment manufacturer (OEM) Lockheed Martin, HC-130J current and updates to technical data. The required turnaround time for completion of each aircraft will be 220 days. Government Furnished Property (GFP) may be furnished on an as needed basis to perform work under this requirement. The facility shall be able to accommodate 28 active duty and civil service technical, engineering and quality assurance personnel. 4. To facilitate planning ALC will host an Industry Day (date to be determined). The location will be USCG Aviation Technical Training Center, 1664 Weeksville Rd., Bldg. 4, Elizabeth City, NC 27909. The Industry Day will consist of a thorough review of the planned acquisition strategy for this effort. Although the Industry Day (site visit) is not required it is strongly encouraged. This event will be part of ALC's market research, which will be used to identify potential solutions to ultimately determine an optimal sourcing strategy. Contractors will need to register to attend this event. Interested parties will be required to submit a registration questionnaire for base access. When determined, the date and questionnaire will be posted on FedBizOpps. 5. This acquisition will be fulfilled utilizing the procedures established in FAR Part 12, Commercial Items, and supplemented by FAR Part 15, Contracting by Negotiation. The Coast Guard intends to solicit using full and open competition within the lower 48 continental United States and establish a single award Indefinite Delivery Indefinite Quantity (IDIQ) contract predominantly Firm Fixed Price (FFP) with some Time and Material (T&M) Contract Line Items (CLINs) for non recurrent repairs, engineering services, aircraft sheet metal shop support, maintenance and component repair on T-56 engines and HC-130H propellers, maintenance on AE 2100D3 engines and HC-130J propellers, widespread fatigue damage inspection of center wing box, rapid modification production line and non consumable aircraft parts following ALC processes and procedures. The Coast Guard intends to supply serial number tracked aircraft parts and reserves the right to provide non serial number tracked aircraft parts. The period of performance will be a base year with four one year option years. A summary description shall be submitted that details the technical capability, facilities and personnel of the company to perform the work as well as comments and/or suggestions regarding the requirements identified in this sources sought notice. The information provided shall be in enough detail so that the Coast Guard can determine if the contractor is capable of meeting the requirements. The contractor must have indepth HC-C130 overhaul and corporate experience to be determined a viable source for contract award. The North American Industrial Classification Code (NAICS) is 336411, and the small business size standard is 1,500 employees. A set-aside determination has not yet been made. Interested parties shall submit their business size and shall include any applicable preference program (i.e. 8(a), HUBZone, Service Disabled Veteran Owned, Small Business). Responses are due no later than August 1, 2012 by 9:00am EDT and may be submitted via email to sherri.l.peele@uscg.mil or facsimile at 252-335-6840. Questions concerning this sources sought notice may be directed to Ms. Sherri Peele at 252-335-6768. This notice is for informational and market research purposes only. This synopsis does not commit the Government to contract for any supply or service. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website http://www.fbo.gov/. It is the responsibility of the potential respondents to monitor these sites for additional information pertaining to this potential requirement. The information provided in this sources sought synopsis is subject to change and is not binding on the Government. The release of this sources sought synopsis should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. Respondents are advised that the Coast Guard will not pay for any information or administrative cost incurred in response to this sources sought synopsis.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGARSC/HSCG38-12-I-H00007/listing.html)
 
Place of Performance
Address: To Be Determined, United States
 
Record
SN02809059-W 20120721/120720000730-a522a21e9e3ae8e47b4c5380e863533e (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.