MODIFICATION
J -- C-37 & C-20 Contractor Logistics Support Services
- Notice Date
- 5/10/2016
- Notice Type
- Modification/Amendment
- 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
- FA8106-16-R-0012
- Archive Date
- 7/8/2016
- Point of Contact
- Robert M. Carlsen III, Phone: (405) 739-3831, Andrew L. Hutchcraft, Phone: (405) 739-2697
- E-Mail Address
-
Robert.Carlsen@us.af.mil, Andrew.Hutchcraft@us.af.mil
(Robert.Carlsen@us.af.mil, Andrew.Hutchcraft@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- C-20/C-37 CLS Contractor Capability Survey Part I. Business Information 1. Please provide the following business information for your company/institution and for any teaming or joint venture partners: a. Company Name: b. Address: c. Point of Contact: d. CAGE Code: e. Telephone Number: f. Email Address: g. Web Page URL: h. Size of business pursuant to North American Industry Classification System (NAICS) Code: 488190 i. Based on the above NAICS Code, state whether your company is: Small Business (Yes / No) Woman Owned Small Business (Yes / No) Small Disadvantaged Business (Yes / No) 8(a) Certified (Yes / No) HUBZone Certified (Yes / No) Veteran Owned Small Business (Yes / No) Service Disabled Veteran Small Business (Yes / No) Central Contractor Registration (CCR) (Yes / No) 2. Is your company domestically or foreign owned? If foreign owned, please indicate the country of ownership. 3. Request email response to this market research survey be sent to the following individuals no later than close of business 8 June 2016: Robert.Carlsen@us.af.mil; Andrew.Hutchcraft@us.af.mil PART II. Capability Survey Questions 1. General Logistics Support: This potential contract will require the CLS contractor to manage C-20/37 logistics support at multiple sites, both Continental United States (CONUS) and Outside Continental United States (OCONUS). The contractor will be responsible for managing worldwide logistics support for this high visibility mission. Identify and describe your company's experience managing logistics requirements to include the following: a. High-tempo operations/logistics. The operations tempo for Gulfstream military aircraft is considerably higher than their commercial counterparts. b. Security. Obtaining and maintaining personnel clearances in accordance with DODI 5220.22 and 5220.22-M; developing/maintain Operations Security (OPSEC) program plans. c. Program Management. Hiring/managing personnel capable of worldwide logistics, i.e. obtaining documentation necessary to travel as well as other requirements prescribed by the Department of State and DoD regulations. 2. Field Level Maintenance: This potential contract will require the CLS contractor to provide C-20/C-37 field level maintenance at CONUS and OCONUS operating sites. Identify and describe your company's specific experience with regard to the following: a. Performing field level maintenance on Gulfstream GIV, GV, and G550 aircraft or similar airframes. b. Providing aircraft maintenance services at overseas locations. c. Items unique to providing aircraft maintenance and supply services at an overseas location: 1) Obtaining passports and visas 2) Technical Expert Support Agreements (TESA) 3) Working under a Status of Forces Agreement (SOFA) 4) Expediting parts through the customs and clearance processes in foreign countries 5) Handling export controlled items; specifically Packaging, Handling, Storage & Transportation (PHS&T) issues d. Identify and describe specific experience maintaining executive aircraft paint/exteriors to include field level paint touch-ups on Gulfstream or similar executive aircraft. 3. Depot Level Maintenance: This potential contract will require the CLS contractor to provide scheduled and unscheduled depot level maintenance services such as aircraft CMP inspections, engine overhaul and repair, aircraft strip and paint, drop-in maintenance, and worldwide CFT support. a. Identify and describe your company's capabilities and experience in providing depot level maintenance for Gulfstream GIV, GV, G550 or similar aircraft: 1) Engines: Rolls Royce MK-611 TAY and BR-710. 2) Aircraft CMP inspections. 3) Drop-in/unscheduled maintenance. b. Paint: Identify and describe your company's specific experience in performing aircraft paint services; specifically note any experience in performing aircraft paint for Gulfstream or similar executive aircraft. c. Aircraft Interiors: Identify and describe your company's capabilities and experience in refurbishing custom, executive interiors for Gulfstream or similar executive aircraft. d. Service Bulletins (SB)/Aircraft Service Changes (ASC): Identify and describe your company's capabilities and experience performing SBs and/or ASCs specific to Gulfstream aircraft. Does your company have any limitations in performing Gulfstream SB/ASCs? 4. COMBS/Supply Support: This potential contract will require the CLS contractor to provide supply support at CONUS and OCONUS operating locations and determine the levels of spares needed at each site to meet performance standards. It is critical to note the CLS contractor will be required to furnish almost all the spares and materials required to support the C-37 fleet. Performance requirements by site/aircraft series are anticipated to be 90% Mission Capable (MC), 2% Non-Mission Capable (NMCS), and 3% Partial Mission Capable Supply (PMCS). a. Identify and specify your company's experience in providing COMBS support. b. Considering the potential CLS contractor will be responsible to provide almost all C-37 spares at multiple CONUS and OCONUS sites, identify your company's specific experience in furnishing spares inventories sufficient to meet worldwide mission requirements similar to C-37. 1) Identify risks/issues with meeting a 2% NMCS and 3% PMCS at each site. 2) Identify and describe your company's specific capabilities to provide worldwide AOG parts support to include supply partners. c. Identify risks/issues associated with determining and furnishing the level of on-hand inventories at each site necessary to meet C-37 mission requirements. d. Identify risks/issues associated with standing up C-37 inventories at CONUS/OCONUS sites during a 60-90 day transition period. e. Diminishing Manufacturing Sources and Material Shortages (DMSMS) issues will likely occur over the next five to seven years: 1) Identify specific experience with DMSMS for Gulfstream GIV, GV, and G550 or similar airframes. 2) Identify specific unique capabilities or business relationships with suppliers and OEMs to address DMSMS issues. f. Identify risks/issues associated with providing support and test equipment at the full CLS sites. 5. Contract Field Team (CFT): This potential contract will require the CLS contractor to respond to AOG situations within a very short response time. Identify and describe specific capabilities/experience regarding providing CONUS/OCONUS CFT support to include short-notice global efforts. 6. Modifications: This potential contract may require the CLS contractor to accomplish aircraft modifications for mission specific requirements. Identify and describe specific experience performing aircraft modification on Gulfstream GIV, GV, and G550 aircraft as well as other, similar platforms. 7. Small Business Capabilities: a. What requirements of this potential contract described above are best suited for small businesses? b. Detail specific past teaming arrangements, i.e. partnering, joint ventures, etc. Identify ways the Government can enhance teaming arrangement opportunities. c. Describe and detail subcontracting opportunities, by function and percentage of contract value that are appropriate for small business concerns. 8. Industry Specific Questions: a. Does your company have current capability to access demand data for GIV, GV, and G550 aircraft parts? If not, provide details explaining how your company will overcome the inability to access. b. Does your company have current capability to access repair data for GIV, GV, and G550 aircraft and parts? If not, provide details explaining how your company will overcome the inability to access. c. Identify and describe risks you perceive on this potential contract for: 1) Subcontract management 2) Spares support/inventory 3) Supply chain management 4) Configuration management 5) Program management 6) Personnel training 7) Engine support 8) Aircraft maintenance planning 9) Contract Phase in 10) AOG support 11) Drop-in maintenance 12) DMSMS/obsolescence 9. Contract Specific Questions: a. Period of Performance. The Government is contemplating awarding a 7-10 year contract. 1) Can your company accurately reflect your costs for a 7-10 year contract? 2) What are your concerns regarding this period of performance? 3) How long is your typical contractual arrangement established with vendors and subcontractors? 4) What length of contract would be preferred to help amortize the cost expended for a spares pool? b. Contract Incentives. 1) The Government is contemplating option-year incentives based upon contractor performance. Under this type of incentive structure, the contractor would be eligible to earn additional option years by meeting performance thresholds during evaluation period(s). a) How does your company view the ability to earn option years based upon performance? b) What would be your recommended criteria for assessing performance? 2) What type incentives do you believe would best motivate you to offer continuous aircraft availability improvements while driving down program cost? c. Contract Transition Period. The Government is contemplating a 60-90 day contract transition period. 1) How long of a transition period do you think would be adequate for contract start up? 2) How long would it take to get passports and visas for new employees? 3) How long would it take to have personnel relocate to sites? 4) Do you anticipate Security Clearance issues?
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA8106-16-R-0012/listing.html)
- Place of Performance
- Address: Current operating sites: Joint Base Andrews (JBA), MD; Ramstein AB, GE; MacDill AFB, FL; Hickam AFB, HI; Kaneoahe Bay, HI; Ronald Reagan Washington National Airport (DCA); NAS Sigonella, IT, United States
- Record
- SN04111499-W 20160512/160510234508-496e1a07124c3deb20a25060bf9d3eb1 (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 |