MODIFICATION
J -- UH-1 Aircraft Maintenance - Draft PWS
- Notice Date
- 8/13/2012
- Notice Type
- Modification/Amendment
- NAICS
- 488190
— Other Support Activities for Air Transportation
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Specialized Contracting Squadron, 2021 First Street West, Randolph AFB, Texas, 78150-4302
- ZIP Code
- 78150-4302
- Solicitation Number
- FA3002-12-R-0022
- Archive Date
- 5/15/2012
- Point of Contact
- Antoinette M. Davis, Phone: 2106523710, Elizabeth H. Preston, Phone: 210-652-9226
- E-Mail Address
-
antoinette.davis.1@us.af.mil, elizabeth.preston@us.af.mil
(antoinette.davis.1@us.af.mil, elizabeth.preston@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Draft PWS for Fairchild AFB UH-1 Aircraft Maintenance. UH-1 AIRCRAFT MAINTENANCE AT FAIRCHILD AFB WA Contracting Office Address Department of the Air Force, The Air Education and Training Command Specialized Contracting Squadron (AETC CONS), 2021 First Street West, Randolph AFB, TX, 78150-4302 Description/Requirement AETC CONS is seeking information concerning the availability of capable contractors to provide aircraft maintenance support and equipment maintenance functions necessary for supporting the training mission of the United States Air Force (USAF) Survival School at Fairchild AFB, WA. At the Tacoma Command Post (TCP) at Cusick, WA, o ne aircraft will deploy for approximately five days per week. The service provider shall supply capable/certified mechanics to provide launch, recovery, and aircraft maintenance support to include clearing Red X discrepancies, while deployed to TCP. The service provider is expected to support the following deployments: Tillamook water rescue (twice a year), Vantage, WA for desert type rescue training, and the National Search and Rescue missions of the 336 th Training Group at Fairchild AFB, WA. The service provider shall perform aircraft maintenance support on four (4) UH-1N helicopters and all other functions in a professional manner and provide well-maintained aircraft and equipment for pilot and aircrew training needs. Service provider management shall establish a positive working relationship with Group and Host unit leadership and demonstrate an emphasis on quality of service. The service provider is expected to be a partner with the 36 th Rescue Flight (RQF) and all other Fairchild AFB communities in continuously improving the quality of programs and services offered to customers. The aircraft maintenance workforce shall be fully trained, technically proficient, professional, courteous, and focused on customer support. Maintenance personnel shall prepare the aircraft before crew arrival, assist the aircrew during flight preparations, and be in place to recover, inspect, repair (as required) and service each aircraft before the next launch by the dash 6 Work Card inspection requirements. Training, safety and quality control programs shall ensure all maintenance is performed and documented in accordance with (IAW) Government directives and technical data. The service provider shall maintain, service, ground handle, launch, recover, inspect, and repair all unit assigned aircraft, engines, and associated mission support equipment in order to meet 36 th RQF, medical evacuation, search and rescue and aircrew/instructor qualification/currency requirements. In addition, the service provider shall also provide off-station aircraft recovery and transient support for UH-1N helicopters. Furthermore, the service provider shall provide aircraft corrosion prevention, custodial services and perform minor facility upkeep on Government provided facilities the service provider and service provider employees occupy. The Government will provide off-equipment maintenance, on-equipment structural maintenance beyond service provider's capability, and support equipment maintenance/calibration support for the UH-1N via host unit. The Government expressly reserves the right to incorporate additional maintenance support, including life support; maintenance of other MDS aircraft (i.e., Future Combat Rescue Helicopter), on-equipment maintenance and off-equipment maintenance to support the missions of the 36 th RQF. This RFI is an attempt to locate businesses experienced in Aircraft Maintenance services that express interest in performing these requirements. This RFI shall not be construed as a formal solicitation or an obligation on the part of the Government to acquire any products or services. Any information provided to the Government is strictly voluntary and at no cost to the Government. Any formal solicitation will be announced separately. The Air Force is only interested at this point in identifying interested and capable contractors for this service. The tentative solicitation issue date is on or about 01 Aug 12;, however, this date is subject to change. The planned North American Industry Classification System (NAICS) code is 488190 (Other Support Activities for Air Transportation), with the applicable small business size standard of $7.0 million in annual gross receipts. An electronic response is the preferred method. Future information on this acquisition (draft Performance Work Statement (PWS), solicitation, questionnaires, etc) will be posted to the Federal Business Opportunities website (www.fbo.gov) and can be found by typing FA3002-12-R-0022 in the "Keyword/Solicitation" box on the opening page. Information contained in this synopsis is subject to change. It is the responsibility of the prospective offeror to check this site regularly for any changes. Comments and capability information on the following are requested: (1) Company Cage Code, DUNS, name, address, point of contact and their telephone number and e-mail address; (2) Approximate annual gross revenue; (3) Any small business status (8(a), HUB Zone, Veteran-Owned, Women-Owned, etc.); (4) Indicate if your role in the performance of this requirement would be (a) Prime Contractor; (b) Subcontractor; or (c) Other, please describe; (5) If you indicated your role as "Prime Contractor", indicate the functions for which you would use subcontractors; (6) If you indicated your role as "Prime Contractor", provide brief information you feel would indicate your capability to mobilize, manage, and finance a large service contract such as this; (7) If you indicated your roll will be a "Subcontractor", indicate which functional areas your company has capability to cover; (8) Indicate if your company primarily does business in the commercial or Government sector; (9) Describe any commercial-sector contracts you have performed for similar combined services [if applicable]; (10) Indicate which NAICS code(s) your company usually performs under for Government contracts; (11) Provide estimated small business subcontracting goals and rationale; and (12) Provide suggestions to maximize the effectiveness of the anticipated solicitation and resulting contract in providing quality services to Fairchild AFB. AETC CONS request that responses are provided no later than 30 April 2012. The Government is under no obligation to consider information received after the due date as part of the formal market research for this acquisition. Personnel and facility must have a secret clearance. Prospective Offerors must have the financial backing to defray mobilization and operating cost for approximately sixty (60) to ninety (90) days. Period of Performance The mobilization period at Fairchild will be 1 - 31 Oct 2013 and the basic period of performance for full operation and maintenance will be 1 Nov 2013 - 30 Sep 2014. In addition to the basic period, the Government contemplates to include up to five (5) 1-year option periods with an additional 6-month option to extend services beyond the contract period. Small Business Set-Aside Determination The Government reserves the right to decide whether a SB set-aside is appropriate for this acquisition based on responses to this notice. In order for the Government to make a SB set-aside determination, it is requested that SB concerns provide sufficient written information supporting their capability to successfully perform and manage all the requirements of this magnitude. Small, Historically Underutilized (HUB Zone), Small Disadvantaged, Service-disabled Veteran-owned and Women-owned businesses are highly encouraged to respond. Small Business Subcontracting Small Business Subcontracting in this solicitation, the extent to which prime contractors provide for the significant use of small and small disadvantage business subcontractors will be a consideration in the evaluation of proposals. Interested Large Business vendors are requested to provide estimates of the percentage of the total contract dollars they would expect to be able to subcontract to the following SB categories in response to this Request For Information. (Current Air Force goals are indicated in parentheses). If zero percent is indicated in your response, please provide a brief explanation of why no small business subcontracting opportunities are expected for this requirement overall or for a particular category. Total small business (31.7%) Small Disadvantaged Businesses (5%) Woman-owned small business (5%) Service-disabled Veteran-owned small business (3%) HUB Zone small business (3%) Central Contract Registration (CCR) Mandatory at www.ccr.gov Point(s) of contact Ms. Antoinette M. Davis, Contracting Specialist, Antoinette.Davis.1@us.af.mil (210) 652-3710 MS. Liz Preston, Contracting Officer, elizabeth.preston@us.af.mil (210) 652- 9226
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/SCS/FA3002-12-R-0022/listing.html)
- Record
- SN02836723-W 20120815/120813235740-0ddffcf7699d132027c56d4c2ace2756 (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 |