Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 07, 2015 FBO #4823
SOURCES SOUGHT

J -- Request for Information (RFI)-E-9A Contractor Logistics Support

Notice Date
2/5/2015
 
Notice Type
Sources Sought
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, PK/PZ Tinker AFB, 3001 Staff Drive, Ste 1AG76A, Tinker AFB, Oklahoma, 73145-3015, United States
 
ZIP Code
73145-3015
 
Solicitation Number
Reference-Number-E-9A
 
Point of Contact
Edward J Adams, Phone: 405-736-3925, Angela Harkey, Phone: 405-734-5124
 
E-Mail Address
edward.adams@us.af.mil, angela.harkey@us.af.mil
(edward.adams@us.af.mil, angela.harkey@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
E-9A C o n t r a c tor L o gistics S upp o r t R e qu e st f or I nf o r m a t ion T h is i s a R e qu e st f or I n f o r m a t ion ( R F I ) only, wh i c h, as p a r t of m a r k e t re s e a r c h, is b e i n g is su e d in a cc o r d a n c e w i th (I A W) F e de r al A c qu is i tion R e g u lation ( F A R ) 10 Market Research. T h is i s n ot a solicita t io n /r e qu e st f or p r o p osal a n d n o c o n t r a c t sha l l re s u lt f r om this sy n o p si s. T h e Air Force i s s ee k i n g to id e n ti f y s o u rce s that m ay b e c a p a b le of p r ovi d i n g f u ll Cont r a c tor Logistics Su p p o r t ( CL S ) t o i n c l ud e : Organizational L e v e l Mai n t e n a n ce and operational support plus Cont r a c t o r O p er a t e d & M ai n tained B ase S u pp l y ( C OMB S ) at Tyndall AFB, FL for two E-9A aircraft beginning on a b o u t the 4th q u a r t e r F i s c al Y e ar (FY ) 17. DES C R I P T I O N : The No r th Am e ri ca n I n d ustrial Classifi ca t i on S y s t e m ( N A I C S ) c o d e is 488190, "Other Support Activities for Air Transportation", size standard $32.5 mil. Major lo g is t ics e le m e nts will includ e, but a r e not l i m i t e d to providing op e r a t i ons a nd lo g is t ics suppo r t wi t h Fed e r a l Avi a t i on Admin i str a t i on ( F A A) ce rtifi e d p a rts a nd ma i nten a n c e as well as parts and maintenance for the mission systems for the two a i r c r a f t. This e f f o r t consis t s of three g e n e r a l c a t e g o r ies o f suppo r t as f ol l ows: (1) Aircraft maintenance/operational support, (2) Contractor Operated and Maintained Base Supply (COMBS), and (3) Modif i ca t i ons. The aircraft are DeHavilland DHC-8-102 modified to carry mission systems. The mission systems consist of an E-9A unique Telemetry System, an APS-145 Sea Surveillance Radar (SSR), and a UHF Relay capability consisting of ARC-164 Radios and peripheral units. Flight operations are conducted at Tyndall AFB, FL. These aircraft are maintained using commercial manuals and FAA processes. These requirements shall be accomplished in performance-based terms. Th e se tasks include but a r e not l i m i t e d to r e l i a bi l i t y / m a in t a inabil i t y, a ir c r a ft/e n g ine h e a v y m a in t e n a n c e, c onf i g u r a t i on man a g e ment, supp l y support, w a r r a n t y, m a te r i a l m a n a g e ment, mainte n a n c e d a ta c ol l ec t i on, drop - in m a in t e n a n c e / m odifi ca t i on, e n g ine mainten a n c e, and support e quip m e nt m a in t e n a n ce. T h e mainte n a n ce, p a rts, and labor f ac i l i t i e s mu s t be c omp l iant with t he Fe d e r a l Aviati o n Admin i str a t i on ( F A A ) re g ulations a nd U. S. Air F o r c e r e quir e ments. Contr a ctors must est a bl i sh Associate Contracting Agreement (ACA) or n ece ss a r y wo r ki n g r e l a t i onships with O r i g inal Equipm e nt Manu fac tu r e rs ( O EMs) in o r d e r to a c ce s s ne c e ss a r y d a ta to supp o rt the f le e t and a l l ow the Contr ac tor to mai n tain each aircraft a ir f r a me, e n g i n e s, ac ce ssori e s a nd s y stems so that the F A A c e rtifi ca t i on is not comp r om i s e d. T he labor force c omposi t ion m ust i n c lu d e F AA c e rtifi e d p e rson n e l t o a nnotate completed work in t he a ir c ra ft m a in t e n a n c e fo r ms a nd report t h e a ir c r a f t ' s a i r wo r t h iness status. The a nt i c ipat e d p e riod of p e r f o r ma n c e inclu d e s a twenty seven (27) month basic contract period which will consist of a two (2) month transition period followed by a twenty five (25) month basic p e riod w i t h a maximum of three (3), one - y e a r options and two (2) 1-year incentive options and a p r ovis i on f o r c ont i nu a t i on of se r vic e s e x tension up t o six (6) mon t hs. This b r in g s the a nt i c ipat e d to t a l cont rac t p e riod to 7 years and 9 months. The Government is interested in all businesses to include Small Businesses, Small Disadvantaged Businesses, 8(a), Service-Disabled Veteran-Owned Small Businesses, HUBZone Small Businesses, and Women-Owned Small Business concerns. The government requests that interested parties respond to this notice and identify your small business status to the identified NAICS code. Additionally, please provide any anticipated teaming arrangements, along with a description of similar services offered to the Government and to commercial customers for the past three years. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. T h e G ov er n me n t is s e ek i n g i ndu st r y i n pu t on qu e stio n s p r ovi d e d b e l o w. T h er e is n o sol i c ita t ion p a c k age avai l a b le at t h is ti m e. W h e n e x p re ss i ng in t e r e st, po t e nt i a l of fe r o rs a r e r e qu e sted to provide t h e f ol l owing info r mation: c o mpa n y n a me, c ompa n y a ddr e ss, C A G E c o d e, DUNs number, company size by NAIC code, Small Business Types, and POC n a me, ti t le, a ddr e ss, t e lepho n e n u mbe r, f a c si m i l e numbe r, a nd e - mail ad d r e ss. I nt e r e sted p a rties a re e n c oura g e d to r e g is t e r to r ec e ive notifi ca t i ons th r o u gh Fe d e r a l B usiness Oppo r tun i t i e s. All in t e re st e d p a r ti e s s h o u ld send c o m p a n y a n d /or des cr i p tive l i t e r a tu r e alo n g w ith r e s p o n s e s, qu e stio n s a n d /or c om m e n ts t o Mr. Ed Adams, Edward.Adams@us.af.mil, and M s. Angela Harkey, Angela.Harkey@us.af.mil. Respo n s e s m u st be r e ce ived n o lat e r t h an 9:00 AM CS T, Date 06 March 2015. All qu e stio n s a n d c om me nt s m u st be in w r iti n g (e - mail i s pr e f e r r e d) ; n o t e lep h o n e c al l s w i l l b e a cce p t e d. T h e G ov er n me n t w i l l n ot p ay f or a n y i nf o r m a t ion re c e ived i n re s p o n se t o t h is r e qu e s t, n or w i l l the G ov er n m en t c o m p e n sate a n y re s p o nd e n t f or a n y c osts i n c u rre d in d e v e lo p i n g the in f o r m a t ion p r ovi d e d t o the G ov e r n m e n t. 1. Market Research a. Can you serve as a small business prime? b. What business area does your company specialize in? c. We are contemplating awarding a 7 year 3 month contract with a -8 clause option to extend. i. Can you bid a Fixed Price Proposal for this period of performance? ii. The government is proposing a transition of 2 months. What are your concerns regarding the transition period? iii. Is your company able to propose under FAR Part 12? If not, please explain. iv. Would the use of FAR Part 12 affect your company's decision to participate in any resulting competition for this workload? v. If the government chooses to issue a FAR Part 15 contract would it affect your decision to participate? Please explain? d. Is your company familiar with the Government's processes of contracting, billing, engineering, etc.? i. If you had previous contracts with the Government, what types of pricing arrangement were used? e. Would your company be interested in participating in this solicitation to award i. If so, what role are you considering; prime or sub-contractor? f. Do you have any recommendations and/or concerns with this source acquisition? 2. Requirements for Aircraft Maintenance and COMBS a. Have you done similar work for the government? If yes, how many locations and number of aircraft did you support and what are the models of aircraft and engines? b. Do you have experience maintaining metal aircraft structures? c. Does your company possess, or can you obtain, the ability to maintain the mission systems described above? 3. Proposal Options a. Does your company possess a facility clearance, DD Form 254, or are you capable of obtaining one?
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/Reference-Number-E-9A/listing.html)
 
Place of Performance
Address: Tyndall Air Force Base, Tyndall AFB, Florida, 32403, United States
Zip Code: 32403
 
Record
SN03634257-W 20150207/150205235247-b0ea4ae550f75244eafe1952b4da3864 (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.