Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 14, 2016 FBO #5165
SOURCES SOUGHT

J -- Progressive Structural Inspection (PSI) for US Government C-130H and C-130J Aircraft

Notice Date
1/12/2016
 
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, MRS, SRR, MRR, LRS, ESD, IOD, ISD, or ALD, Elizabeth City, North Carolina, 27909-5001, United States
 
ZIP Code
27909-5001
 
Solicitation Number
HSCG38-16-I-H00007
 
Archive Date
2/26/2016
 
Point of Contact
Victoria H. Kocher, Phone: 252.334.5209, Nancy F DeBerry, Phone: 252-335-6291
 
E-Mail Address
victoria.h.kocher@uscg.mil, nancy.deberry@uscg.mil
(victoria.h.kocher@uscg.mil, nancy.deberry@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
This RFI is issued solely for information and planning purposes and to identify interested sources. It does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. It is subject to change and is not binding on the Government. Further, unsolicited proposals will not be accepted. Funding is not available at this time. The United States Coast Guard (USCG) has not made a commitment to procure any of the services discussed, and release of this RFI should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned. Not responding to this RFI does not preclude participation in any future RFP if any is issued. If a solicitation is released, it will be synopsized in the Federal Business Opportunities (FedBizOps) website, www.fbo.gov. It is the responsibility of the potential responders to monitor this site for additional information pertaining to this subject. HSCG38-16-I-C00007 is assigned to this Request for Information for tracking purposes only. The USCG Aviation Logistics Center (ALC) requests capability statements from interested companies for the purpose of identifying potential sources for a non-personal services contract in support of its mission of providing Progressive Structural Inspection (PSI) for C-130H/J aircraft. PSI is the depot level inspection of the C-130 aircraft to ensure airworthiness through detailed non-destructive inspection procedures and affect repairs/correction of discrepancies as necessary. It includes the induction, disassembly, inspection, repair, reassembly, and functional testing necessary to facilitate maintenance requirements. This includes, but is not limited to, inherent support functions that pertain to the research of technical requirements, refinement of local PSI procedures, and data entry. Cleaning, inspection, and minor rework of components are anticipated. This work shall be performed in accordance with established Government manuals, drawings, directives, and instructions. Anticipated labor categories may include, but are not limited to, Service Contract Labor Standards Codes 23021 Aircraft Mechanic I, 23022 Aircraft Mechanic II, 23080 Aircraft Worker, 23040 Aircraft Mechanic Helper, 23050 Aircraft Painter, 19010 Machine Tool Operator, 21210 Parts and Tool Attendant, 01410 Supply Technician, 01270 Production Control Clerk, 21030 Material Coordinator, 01113 General Clerk III, 23080 Ground Support Equipment Mechanic, 99610 Quality Control Inspector, 30084 Engineering Technician IV, 30085 Engineering Technician V, and 21410 Warehouse Specialist. The work will be performed at the United States Coast Guard Aviation Logistics Center, Elizabeth City, North Carolina. Specifically, PSI consists of the following: 1. PSI, to include depainting and repainting of C-130H/J aircraft 2. Depot level repairs to C-130H/J aircraft 3. Unscheduled Depot Level Maintenance (UDLM) including Time Compliance Technical Order (TCTO) development and implementation as well as Contract Field Teams 4. Non-recurrent repairs 5. Procurement and management of C-130H/J Parts 6. Storage, stocking of inventory, control, accounting, issue and shipping of supply parts and aeronautical equipment 7. Preservation and maintenance of replacement aircraft parts 8. Technical engineering support in aeronautical and avionics fields. 9. Aircraft sheet metal shop support 10. Maintenance and component repair on T-56 engines and C-130H propellers 11. Maintenance for AE2100D engines and C-130J propellers 12. Widespread fatigue damage inspection of Center Wing Box 13. Rapid Modification Production Line 14. Avionics Modernization TCTO support for C-130J/H 15. Estimate and submit proposals for non-routine repairs The North American Industry Classification System (NAICS) code is 336411 with a Small Business Size Standard of 1500 employees. Interested parties should submit capabilities statements to the points of contact specified herein. In order to facilitate a comprehensive evaluation, capabilities statements should include the following information: 1. Capability and experience for completion of items 1-15 above. 2. Capability to partner with various Original Equipment Manufacturers (OEMs) for replacement parts and engineering support. 3. Capability to partner with Department of Defense agencies for engineering support/expertise and pertinent technical data. 4. Certified ISO 9110 as a minimum; include any other certifications as they pertain to this type of requirement. Please respond to the following questions in addition to submission of your company's capability statement: 1. Does your company currently provide depot level maintenance for large body, fixed wing aircraft? If so, who is the customer? What number of aircraft does your company support? What model of aircraft? What is the period of performance and contract number? Please provide a technical and contractual Point of Contact (POC). 2. What type of contract does the commercial marketplace use for this kind of support? USCG is contemplating a one (1) year base contract with four (4) one -year options not to exceed five (5) years in duration. 3. Does your company have the financial resources to support a contract of this size? Please describe financial capability. 4. Does your company have the management capability to support a contract of this size? Please describe management capability. 5. If the Government proceeds with this requirement, the contract award may result from the trade-off process to arrive at overall best value for the Government. Please specify any technical, cost, performance, or schedule differences that your company could offer that might set your company apart from other potential competitors. 6. Is your company a large or small business? If small, define your company's socioeconomic classification. 7. This requirement, if pursued, requires accurate job-costing reporting on a scheduled basis to support funds expenditure to the Government. Please describe the job-costing programs/methods you currently employ, with particular detail to how your current system tracks daily expenditures of time and labor. 8. Does your company anticipate performing the majority of PSI, or does your company see the need to utilize a number of sub-contractors to perform these efforts? 9. If your company would like to propose as a prime on any potential forthcoming solicitation, what does your company think would be appropriate small business subcontracting goals? (Categorize by small business type and percentage of total contract value based on your company's ROM). 10. If your company is a small business, are you capable of performing at least 50% of the work, in order to comply with FAR Clause 52.219-14, specifically 52.219-14(c)(1), "At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern." 11. Are there any unique laws, regulations or business practices that are contrary to the commercial regulations specified at FAR Part 12? Please describe. 12. What does your company recommend as a minimum transition period for phase in of the contract? 13. The government is contemplating a hybrid Firm Fixed Price/Labor Hour service contract. Does your company have any concerns with this contract type? 14. Does your company have any experience working with civil service employees to accomplish a common goal or project such as PSI or similar requirement? 15. Would applicability of Service Contract Labor Standards or a Collective Bargaining Agreement affect your decision to submit a proposal for this type of a requirement? Responses may include data that companies do not want disclosed to the public for any purpose or used by the Government except for information purposes. If your company wishes to restrict the data, the title page must be marked with the following legend: Use and Disclosure of Data: This response includes data that shall not be disclosed outside the Government and shall not be duplicated, used, or disclosed -- in whole or in part -- for any purpose other than to evaluate this response. This restriction does not limit the Government's right to use information contained in these data if they are obtained from another source without restriction. The data subject to this restriction are contained in Data Sheets [insert numbers or other identification of sheets]. Your company may also mark each sheet of data it wishes to restrict with the following legend: "Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this response." Any questions should be submitted via email to D05-SMB-LRS-Procurement@uscg.mil and Victoria Kocher at Victoria.H.Kocher@uscg.mil not later than February 4, 2016. Responses to this RFI along with any white papers, capability statements, company literature, and brochures shall be emailed to D05-SMB-LRS-Procurement@uscg.mil and Victoria Kocher, or mailed to Commanding Officer, Aviation Logistics Center, LRS Product Line Div., Heavy Maintenance Facility, 1060 Consolidated Road, Elizabeth City, NC 27909, ATTN: Contracting Officer. Telephone responses will not be accepted. Responses must be received no later February 11, 2016 at 2:00 p.m. EST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGARSC/HSCG38-16-I-H00007/listing.html)
 
Place of Performance
Address: U.S. Coast Guard, Aviation Logiistics Center, Ellizabeth City, North Carolina, 27909, United States
Zip Code: 27909
 
Record
SN03988844-W 20160114/160112234419-ecd8772ea22fdb5edf742ce21e52e21c (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.