SOURCES SOUGHT
J -- J015 - Maintenance and Repair Services for F-18 Aircraft
- Notice Date
- 12/9/2016
- Notice Type
- Sources Sought
- NAICS
- 488190
— Other Support Activities for Air Transportation
- Contracting Office
- N62649 NAVSUP Fleet Logistics Center Yokosuka PSC 473 Box 11 FPO,
- ZIP Code
- 00000
- Solicitation Number
- N6264917R0068
- Response Due
- 1/6/2017
- Archive Date
- 7/31/2017
- Point of Contact
- Seiji Yoshino: seiji.yoshino.JA@fe.navy.mil
- E-Mail Address
-
ronenburg:<br
- Small Business Set-Aside
- N/A
- Description
- Fleet Logistics Center Yokosuka (FLCY) is seeking interested contractors with significant F/A-18A-F and E/A-18G experience to provide scheduled and unscheduled MRO services in support of Fleet Readiness Center Western Pacific (FRCWP) for U.S. Navy and Marine Corps F/A-18A-F and E/A-18G aircraft forward deployed to the Western Pacific region. The MRO line will be located in Government facilities at Marine Corps Air Station Iwakuni, Japan. Contractor MRO support will include the following: 1) Planned Maintenance Interval (PMI) work under the Integrated Maintenance Plan (IMP) IMP requirements provide for airframe, systems and component inspection (through visual and Non-Destructive Inspection (NDI) methods), defect correction, preventative maintenance, operational checkouts and Technical Directive compliance. The IMP requirements for aircraft subject to this process are the minimum requirements, formulated and established to the depth required to ensure the reliability, operational availability, safe operation and airworthiness of the aircraft at minimum cost for the duration of the established service period. The IMP Program will provide depot support throughout the total service life of the aircraft. a. PMI-1 / PMI-2 events for F/A-18A-D (Legacy) will be based on the latest NAVAIR Specification. b. PMI events for F/A-18 E/F and EA-18G (Super Hornet) will be based on the latest NAVAIR Specification. c. The estimated Aircraft throughput is 10 - 13 aircraft per year. i. 1-2 F/A-18A-D aircraft per year (without expected overlap) ii. 9-11 F/A-18E/F and EA-18G aircraft per year d. It is anticipated that the Contractor shall be capable of supporting a nominal workload of 4 aircraft in flow, with a surge capacity to 5 aircraft in flow, regardless of specific T/M/S. e. It is anticipated that aircraft inducted for PMI will be towed to the Contractor s location at the Government-owned/Government-operated facility (i.e. tow-in versus a fly-in PMI events). 2) In-Service Repairs (ISR) Unscheduled maintenance requirements are those requirements (Identified as Depot Level Maintenance) which cannot be directly related to any scheduled requirement described herein and which are discovered as an incidental result of the following functions accomplished as a part of and during the scheduled inspection. a. ISR repairs are expected to be completed either concurrently with PMI events or as standalone actions. b. ISR repairs may require the Contractor to dispatch personnel as a contractor field service team (CFT) to perform aircraft ISR throughout Japan (as a minimum) without impacting PMI event turn-around times (TAT). 3) Aircraft Modifications a. Aircraft modifications (e.g. technical directives, airframe changes, etc.) shall be accomplished either concurrently with PMI events or as standalone actions. b. The Government will provide the technical data required for completing modifications. 4) Customer Service a. Customer Service requirements include Squadron Operational Level maintenance tasks performed concurrent with PMI activities when approved by the Government. 5) Engineering Support a. The Contractor shall provide engineering services, including submittal of repair procedures to be reviewed and approved by the Government. 6) Logistics Support a. The Contractor shall provide the Government with timely supply data and material requisition requests necessary for completing aircraft maintenance requirements within the established TAT. 7) Program Management Support a. The Contractor shall assign an on-site Program Manager under this contract. b. The Contractor shall conduct annual Program Management Reviews (PMR). c. The Contractor shall attend weekly production meetings. d. The Contractor shall provide Production Plans that identify the critical path to PMI completion within the established TAT. 8) Depot Level Maintenance Depot level maintenance tasks/actions are those requiring major overhaul or complete rebuilding, remanufacturing, or modification of parts, assemblies, and end items, including support equipment in accordance with IMP Specification and applicable maintenance manuals. The government is planning a possible Industry Day in support of this requirement to be held at MCAS Iwakuni Japan in March 2017. Attendance is anticipated to be limited to United States and Japanese firms and to only four representatives per firm. If the government decides to host an industry day, a separate announcement will be made in the future with additional information. The following notional contract award schedule is provided for planning purposes only. Please note that these dates may change: Industry Day: March 01, 2017 RFP Release: July 14, 2017 Proposals Due: September 08, 2017 Award Contract: May 18, 2018 Contract PoP Transition: May 18, 2018 - January 04, 2019 Base Year: January 05, 2019 - January 04, 2020 Option Year I: January 05, 2020 - January 04, 2021 Option Year II: January 05, 2021 - January 04, 2022 Option Year III: January 05, 2022 - January 04, 2023 Option Year IV: January 05, 2023 - January 04, 2024 (if approved for contract period beyond 5 years) Option Year V: January 05, 2024 - January 04, 2025 Option Year VI: January 05, 2025 - January 04, 2026 Option Year VII: January 05, 2026 - January 04, 2027 Interested companies are asked to submit any questions or comments related to the requirements described above as well as provide information on the following: (1) Company name, point of contact, telephone numbers, e-mail address, company CAGE Code, and DUNS (2) Approximate annual gross revenue for the past 5 years (if available). (3) Description of the company s ability to mobilize, manage and finance a contract of this size. (4) Description of Government or commercial contracts for work on identical T/M/S aircraft (both as prime and sub-contractor)* (5) If you do not have any past or current work on identical T/M/S aircraft, please describe Government or commercial contracts for similar work (either as prime or sub-contractor)* *Please include details such as production volume, levels of maintenance performed (organizational, intermediate, or depot), facility attributes, owned tooling / equipment, workforce size and employed labor categories, etc. that demonstrate your ability to perform the work. The Government is under no obligation to consider information received after the due date as part of the formal market research for this acquisition.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/Yokosuka/N6264917R0068/listing.html)
- Record
- SN04348401-W 20161211/161209234321-cb6389cf529adc54039e77e63f02bca8 (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 |