SOURCES SOUGHT
15 -- F-16 USAFE Overseas Depot Work Load - Draft Solicitation Number: FA8232-15-R-Depot - Draft Solicitation
- Notice Date
- 8/11/2015
- Notice Type
- Sources Sought
- NAICS
- 488190
— Other Support Activities for Air Transportation
- Contracting Office
- Department of the Air Force, Air Force Material Command, AFLCMC / AFSC / AFNWC - HILL AFB, ., Hill AFB, Utah, 84056, United States
- ZIP Code
- 84056
- Solicitation Number
- DraftFA823215ROverseasDepot
- Archive Date
- 9/30/2015
- Point of Contact
- Eric A. Dumpert, Phone: (801) 777-5964, Nathan P. Lee, Phone: (801) 777-6878
- E-Mail Address
-
eric.dumpert.1@us.af.mil, nathan.lee.3@us.af.mil
(eric.dumpert.1@us.af.mil, nathan.lee.3@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Draft Pricing Draft Section L Draft Matrix Draft PWS Draft Section M Draft CRDLs Draft Solicitation INFORMATION SYNOPSIS: SOLICITATION NUMBER: NOTICE TYPE: Draft FA8232-15-R-Depot Draft Solicitation TITLE: F-16 USAFE Overseas Depot Workload SYNOPSIS: •1. NOTICE: This is not a solicitation, but rather a draft solicitation to provide as much information and technical solutions to support Government planning activities. •2. The purpose of this Draft is to conduct market research to determine if responsible sources exist, and to assist in determining if this effort can be competitive. The proposed North American Industry Classification Systems (NAICS) code is 488190 - Aircraft Maintenance and Repair Services, which has a corresponding size standard of >$32.5 million. Please recommend alternative NAICS codes if you believe they better fit the requirements. 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. •3. Program Details: 1) This requirement is for aircraft depot level maintenance and repair at an in-theater contractor-operated facility for all F-16 aircraft allocated to the United States Air Forces in Europe (USAFE) Major Command (MAJCOM). Additionally, this contract will contain provisions to perform drop-in maintenance on any F-16 aircraft positioned in the USAFE Area of Responsibility (AOR). The scope of the workload to be accomplished encompasses core defined depot-level maintenance activities and other predefined programmatic work required for sustainment of the F-16 platform. Competition for this contract will be restricted to contractors within the USAFE AOR. 2) Core defined work includes aircraft coating removal, paint, Non-Destructive Inspections (NDI), and Radar Absorbing Material (RAM) intake surface repair. Programmed work for this period will include major depot-level modifications and repairs. Examples include, but are not limited to, aircraft bulkhead removal and replacement, wing and vertical tail removal and replacement, and canopy sill longeron removal and replacement. Additional workload that is not predefined will be supported as over-and-above type efforts. Such requirements include drop-in maintenance and deployment of Contractor Field Teams (CFT) to aircraft field locations. 3) To support this requirement, it is important for our program to solicit an RFI to identify potential sources, costs, and capabilities of interested vendors. The program office requests a Statement of Capabilities (SOC) from each interested vendor describing their abilities to successfully perform the aforementioned requirements and to meet other requirements as stated in the draft Performance Work Statement (attached). Submittal of pass performance information on government contracts of similar effort is encouraged, but not required. 4) Provide a Rough Order of Magnitude (ROM) for per aircraft cost of core defined workload. This workload includes aircraft coating removal by scuff sand and/or Plastic Media Blast (PMB), paint, and Radar Absorbing Material (RAM) intake surface repair. Technical Orders and Drawings are available for these jobs upon request. 5) Provide information of vendor's capacity and surge capabilities, and estimated throughput time for one aircraft for each core defined workload. 6) Provide information of vendor's capability for conducting Non-Destructive Inspections to include means and methodology used. 7) Identify all activities that require subcontracting, collaboration, sole-source, or third-party engineering and logistical support. 8) Please identify any clarifications or additional information needed to respond to this RFI. 9) Assume contract award date of 1st Qtr, US Fiscal Year 2017. 10) Questions should be directed to Captain Chris Ulman, Program Manager, Telephone: 801-775-6308, email: christopher.ulman.2@us.af.mil, or First Lieutenant Tristan Newkirk, Deputy Program Manager, Telephone: 801-775-4938, email: tristan.newkirk.1@us.af.mil. 11) Please respond via email to Mr. Nathan Lee at nathan.lee.3@us.af.mil. We look forward to receiving any feedback as soon as practicable. If you have any questions, please email them to Mr. Nathan Lee.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/DraftFA823215ROverseasDepot/listing.html)
- Record
- SN03832496-W 20150813/150811235318-29e31aa67d00d08fefafcdd5fc28d538 (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 |