Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 16, 2013 FBO #4191
SOURCES SOUGHT

J -- Royal Saudi Air Force F-15SA CLS - RFI

Notice Date
5/14/2013
 
Notice Type
Sources Sought
 
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, JBSA Randolph, Texas, 78150-4302, United States
 
ZIP Code
78150-4302
 
Solicitation Number
AETC_RFI-RSAF_F-15SA_CLS
 
Archive Date
6/8/2013
 
Point of Contact
Florence A. Taplin, Phone: 2106527741, Joseph S Sitterly, Phone: 210-652-8604
 
E-Mail Address
florence.taplin.1@us.af.mil, joseph.sitterly@us.af.mil
(florence.taplin.1@us.af.mil, joseph.sitterly@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
RSAF F-15SA CLS I. General Information The Air Education and Training Command Contracting Squadron (AETC CONS) is seeking information concerning the availability of capable sources to provide Contract Logistics Support (CLS) for the F-15SA in the Kingdom of Saudi Arabia in support of the Security Cooperation/Security Assistance acquisition program. This Request for Information (RFI) is issued for informational and planning purposes only. The information will be used in conducting market research to identify qualified, experienced, and interested potential sources in support of the Government's requirements. Contact with Government personnel, other than those specified in this RFI, by potential offerors or their employees' regarding this requirement is not permitted. This is NOT a Request for Proposal (RFP). It is not to be construed as a formal solicitation or an obligation on the part of the Government to acquire any products or services. The information requested by this RFI will be used within the Air Force to facilitate decision making and will not be disclosed outside the agency except as indicated in paragraph III. Notice below. Any information provided to the Government is strictly voluntary and will be provided at no cost to the Government. It is also anticipated the type of contract will be Firm-Fixed-Price. For purposes of this RFI, the North American Industry Classification System (NAICS) Code is 488190, Other Support Activities for Air Transportation, and the small business size standard is $30.0 Million in annual gross receipts. Contractor shall provide personnel, supervision, and services necessary to maintain RSAF F-15SA aircraft and equipment. Contractor shall possess the unique F-15SA technical orders and technical data for all maintenance with a mobilization capability ready by summer 2014. Contractor flight line personnel shall prepare the aircraft before crew arrival, assist the aircrew during flight preparations, and be in place to recover, inspect, and service each aircraft before the next launch in accordance with (IAW) the -6 Work Card inspection requirements. Maintenance discipline involves integrity in all aspects of the maintenance process. The contractor shall ensure maintenance personnel perform servicing, repairs, inspections, and document all maintenance IAW applicable directives and technical data. The contractor shall ensure quality of services and workmanship in a timely manner to meet the mission requirements. Contractor shall perform aircraft maintenance operations support for F-15SA aircraft. This includes, but is not limited to; aircraft ground handling, launch and recovery, hot pit refueling, quick turn, Pre-flight/Thru-flight/Basic Post flight, Hourly Post Flight, Periodic, and Phase inspections, and applicable -6 special inspections. Repair and maintenance actions shall be accomplished IAW the objectives and responsibilities outlined in applicable F-15SA technical orders and technical data. Contractor shall perform all on-and off-equipment maintenance repairs, scheduled and unscheduled maintenance, inspections, Time Compliance Technical Orders (TCTOs), Time Change Items (TCIs) and One Time Inspections (OTIs) on aircraft and support equipment. This includes, but is not limited to: applicable aircraft, engines, aircraft systems back-shop maintenance support for electrical-environmental, fuel systems, aircrew egress systems, hydraulics, aerospace ground equipment (AGE), fabrication shops, (paint, sheet-metal, welding, machine, corrosion control), and Non Destructive Inspections (NDI). The contractor shall also provide, Crashed, Damaged or Disabled Aircraft Recovery (CDDAR) and off-station aircraft recovery. Contractor shall ensure programs include aircraft and equipment records management and documentation, aircraft and equipment planning and scheduling, component TCI and TCTO management, and ordering of aircraft and equipment parts through the appropriate supply systems. Contractor shall provide sufficient mission capable aircraft per scheduled flying day, configured IAW the daily/weekly/monthly flying schedule, to ensure accomplishment of the programmed pilot training projection, and other training support. II. Vendor Response If your firm is capable of providing the requirements described in this RFI, please provide a Capability Statement to Florence Taplin via e-mail at florence.taplin.1@us.af.mil by 24 May 2013 at 10:00AM CST. Please do not call the contracting office for information; email any questions to avoid any misunderstanding or confusion. The Capability Statement should be limited to 10 or less pages in length and include general information and technical background describing your firm's experience in contracts requiring similar CLS efforts to meet the program objectives. When addressing question 9 below, please indicate the contract type and period of performance for similar services provided. At a minimum the following information is requested: 1) Company Information a. Company Name b. Address c. Point of Contact d. Telephone Number e. E-mail address 2) Primarily doing business in the Private/Commercial or Government Sector 3) Commercial and Government Entity (CAGE) Code 4) Data Universal Numbering System (DUNS) Number 5) Business Size (i.e. Small Business, Other than Small) 6) Socio-Economic status (i.e. 8(a), HUBZone, veteran-owned, women-owned, etc.); 7) Detailed information on capabilities to finance, mobilize by summer 2014, procure applicable F-15SA technical orders and technical data, and trained F-15SA personnel 8) Demonstrate ability to access and maintain operations within The Kingdom of Saudi Arabia (sponsorship, passports, visas, and labor laws) 9) Describe any service contracts you have performed for similar combined services 10) NAICS code(s) the company usually performs under 11) Company's role in the performance of the requirement a. Prime Contractor b. Subcontractor c. Other (please describe) 12) Functions that may be set aside for subcontract opportunities III. Notice Respondents are advised that data submitted to the Government in response to this RFI may be released to non-government advisors for review and analysis. These advisors may be required to provide advice within their area of expertise. All representatives have signed nondisclosure forms. Non-government advisors will be subject to civil and criminal penalties associated with any release of information pursuant to FAR Part 3.104 procurement integrity violations. If respondent has any objection to non-government advisor access to their response, the respondent shall provide grounds and justification for their objections. The non-government advisor is: The Systems Group 104 Etowah Court Bonaire, GA 31005 Note: The company listed above may not assist or participate in preparation or submission of any proposal resulting from this market research / RFI. Contracting Office Address: Department of the Air Force, Air Education and Training Command, Specialized Contracting Squadron, 2021 First Street West, Randolph AFB, TX, 78150-4302 Point of Contact(s): Any questions must be received by 20 May 13 at 2:00 PM CST via e-mail florence.taplin.1@us.af.mil To be considered, send responses to this Sources Sought Notice in writing via email to: Ms. Florence Taplin at phone: 210-652-7741, e-mail: florence.taplin.1@us.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/SCS/AETC_RFI-RSAF_F-15SA_CLS/listing.html)
 
Place of Performance
Address: Saudi Arabia, Saudi Arabia
 
Record
SN03061143-W 20130516/130514234419-9b01c4768bc82eb9d3d12c85862394bc (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.