SOURCES SOUGHT
J -- J015 - Maintenance and Repair Service for H-1 Aircraft
- Notice Date
- 9/6/2017
- 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
- N6264917R0343
- Response Due
- 10/6/2017
- Archive Date
- 10/31/2018
- Point of Contact
- Contract Specialist: S. Yoshino, 046-816-7861, Seiji.Yoshino.JA@fe.navy.mil
- E-Mail Address
-
ct
- Small Business Set-Aside
- N/A
- Description
- Request for Information H-1 PMI On-site Maintenance Repair and Overhaul (MRO) Services at MCAS Futenma Fleet Readiness Center Western Pacific (FRCWP), in support of Program Executive Office Light/Attack Helicopter Programs (PMA-276), is seeking interested contractors with significant UH-1Y and AH-1Z experience to provide scheduled and unscheduled Maintenance Repair Overhaul (MRO) services for U.S. Marine Corps UH-1Y and AH-1Z aircraft forward deployed to the Western Pacific region. The MRO line will be located in Government facilities at Marine Corps Air Station Futenma, Okinawa Japan. Contractor MRO support will include the following: 1)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. 2)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 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-1P, and PMI-2 events for UH-1Y and AH-1Z will be based on the latest NAVAIR Specification. Note: PMI-1P and PMI-2 will require aircraft to be stripped, painted, and have weight and balance performed in addition to disassembly/inspection/correction of defects, and reassembly. b.The estimated Aircraft throughput is 4 to 6 aircraft per year. Note 1: 2 to 3 UH-1Y aircraft per year Note 2: 2 to 3 AH-1Z aircraft per year c.It is anticipated that the Contractor shall be capable of supporting a nominal workload of 2 aircraft in flow, with a surge capacity to 3 aircraft in flow, regardless of specific Type/Model/Series (T/M/S). d.Aircraft inducted for PMI will be towed to the Government-owned/Government-operated facility (i.e. tow-in versus a fly-in PMI events). 3)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 and other areas as required without impacting PMI event turn-around times (TAT). 4)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. 5)Customer Service a.Customer Service requirements include Squadron Operational Level maintenance tasks performed concurrent with PMI activities when approved by the Government. 6)Engineering Support a.Engineering services, necessary to support the requirements of the contract, including submittal of repair procedures to be reviewed and approved by the Government. 7)Logistics Support a.Logistics services necessary to support the requirements of the contract, including timely supply data and material requisition requests necessary for completing aircraft maintenance requirements within the established TAT. 8)Program Management Support a. Program Management necessary to support the requirements of the contract, including annual Program Management Reviews (PMR), weekly production meetings, Production Plans that identify the critical path to PMI completion within the established TAT. FRCWP is considering an Industry Day in support of this requirement to be held at MCAS Futenma, Okinawa Japan in November 2017. Attendance is anticipated to be limited 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: Solicitation EventsDate Industry DayNovember 16 and 17, 2017 RFP ReleaseDecember 22, 2017 Proposals DueMarch 02, 2018 Award ContractOct 31, 2018 Contract PoPStart DateEnd Date TransitionNovember 01, 2018June 28, 2019 Base YearJuly 01, 2019June 30, 2020 Option Year IJuly 01, 2020June 30, 2021 Option Year IIJuly 01, 2021June 30, 2022 Option Year IIIJuly 01, 2022June 30, 2023 Option Year IVJuly 01, 2023June 30, 2024 (if approved for contract period beyond 5 years) Option Year VJuly 01, 2024June 30, 2025 Option Year VIJuly 01, 2025June 30, 2026 Option Year VIIJuly 01, 2026June 30, 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)* (6)Description of workforce skill-sets performing similar or identical T/M/S work. *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 6 Oct 2017 as part of the formal market research for this acquisition.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/Yokosuka/N6264917R0343/listing.html)
- Place of Performance
- Address: Governments Facility-MCAS Futenma, Okinawa, TBD
- Zip Code: TBD
- Zip Code: TBD
- Record
- SN04662626-W 20170908/170906231821-a06c8ba029404318f70ca35fabc86d7e (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 |