SOURCES SOUGHT
J -- Sources Sought for C-21 Contractor Logistics Support - Contractor Survey
- Notice Date
- 3/21/2018
- Notice Type
- Sources Sought
- 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
- FA8106-18-R-5000
- Point of Contact
- Matthew Tonay, Phone: 405-739-4148
- E-Mail Address
-
matthew.tonay.1@us.af.mil
(matthew.tonay.1@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Contractor Survey This market survey is being conducted to identify potential sources that may possess the expertise, capabilities, resources and experience to meet the requirements for Contractor Logistics Support for the C-21. Classification Code: J Subject: C-21 Contractor Logistics Support Maintenance Contract Type of acquisition: Service Application: C-21 aircraft Proposed Solicitation Number: FA8106-18-R-5000 Estimated Request for Proposal (RFP) issue date: Fall 2018 Estimated RFP proposal due date: Early CY2019 Contact Point or Contracting Officer: Matthew Tonay ( matthew.tonay.1@us.af.mil ) 3001 Staff Drive, Tinker AFB, OK 73145 Contract Award Number: TBD Contract Line Item Number: Various Contract Award Date: Estimated award date 30 Apr 2020 Product Service Code: J015 NAICS: 488190, Size Standard, $32.5M Contract Award Dollar Amount: N/A INSTRUCTIONS: Below is a brief description of the Contract Logistics Support requirements being sought and a contractor compatibility survey. If, after reviewing this document, you desire to participate in the market research, provide documentation that supports your company's capability in meeting these requirements. Failure to provide documentation may result in the U.S. Government being unable to adequately assess your capabilities. If you lack sufficient experience/capability in a particular area, please provide details explaining how you would overcome the lack of experience/capability in order to perform that portion of the requirement (i.e., teaming, subcontracting, etc.). Additionally, please state in your submittal if you intend to submit as the prime contractor or as a subcontractor (identify the prime contractor with whom you will be a subcontractor). Both large and small businesses, pursuant to the size status for NAICS code 488190, are encouraged to participate in this market research. Joint ventures or teaming arrangements are acceptable. Questions and responses relative to this market survey should be addressed to AFLCMC/WLK Attn: Matthew Tonay 3001 Staff Drive Tinker AFB, OK 73145 (405) 739-4148 matthew.tonay.1@us.af.mil All responses must be in writing (electronic email responses are preferred); no telephone calls or facsimile will be accepted for responses. All responses must be received no later than 1600 CST, 20 April 2018. Contractors not responding to this Sources Sought Synopsis will not be precluded from participation in any future solicitation, if issued. Description: Contractor Logistics Support (CLS) of the C-21 aircraft includes all support actions required for operating and maintaining the aircraft, aircraft subsystems, and support equipment. The CLS system includes all aircraft maintenance and personnel, materials and inspections, launch and recovery of the aircraft at the Main Operating Bases (MOB) and any other Deployment Operating Locations (DOLs) worldwide, supply of all Contractor owned spares and support equipment through a Contractor Owned and Maintained Parts (COMP); repair and overhaul of all repairable spares at Federal Aviation Administration (FAA) certified repair stations; maintenance and repair of all support equipment; aircraft paint; engine repair and overhaul. These actions include supply, procurement, production control, quality control, component failure reports, and acquisition of commercial data. This effort includes additional support, as over and above tasks, engineering services including development, test and FAA certification of modifications, and installation of modifications, depot maintenance support, field team support (worldwide), aircraft crash investigations, and damage repair. Establish and maintain agreements with the Original Equipment Manufacturers (OEMs) for data and technical support to maintain the C-21 aircraft. The Government also requires information for: quality, contract funds status, consumption and usage, service engineering reports, subscription services for technical manual updates and service actions. CLS includes organizational and depot level maintenance, data, Contractor Operated and Maintained Base Supply (COMBS), and modification design and installation support, as well as launch and recovery of the C-21 aircraft at their MOBs and any other DOLs worldwide. The Contractor will provide all support required to fulfill this requirement, including but not limited to labor, materials, tools, equipment, parts, and transportation. All records, files, documents, and work papers provided by the Government or generated by the Contractor in support of the contract are Government property. The C-21 fleet consists of nineteen (19) Learjet Model 35A aircraft. The primary mission of the C-21 aircraft is to provide transportation of United States Government personnel, cargo, and other personnel worldwide. Secondary missions identified for the C-21 aircraft include USAF pilot training/upgrade and medical evacuation, with the exception of aircraft stationed at Ramstein Air Base (AB), GE, whose primary mission is medical evacuation. The C-21's have two (2) Garrett TFE- 731-2-2B turbofan engines that are pod-mounted on the sides of the rear fuselage with a maximum takeoff weight of 18,300 pounds. The swept-back wings have hydraulically actuated single-slotted flaps. The aircraft has a retractable tricycle landing gear, single steerable nose gear and multiple-disc hydraulic brakes. The C-21 is piloted by a two (2) person crew (pilot and co-pilot); can carry eight (8) passengers, and forty two (42) cubic feet (1.26 cubic meters) of cargo. The fuel capacity of the C-21 is 931 gallons (3,537.8 liters) carried in wing tanks, wingtip tanks, and a fuselage bladder tank. The safety and operational capabilities of the C-21 are increased by the autopilot, color weather radar and Tactical Air Navigation system, as well as High Frequency, Very High Frequency and Ultra High Frequency radios. Place of Contract Performance: Currently Peterson AFB, Andrews AFB, Scott AFB, Ramstein AB GE, and one Forward Deployment Location NOTE : Peterson aircraft transferring to Scott AFB Jun 2018, Andrews AFB aircraft projected to transfer to Scott AFB in FY19 Duration of the contract ordering period: 2 year basic with 8 one-year options Technical Data: Some technical data required to respond to the sources sought synopsis or solicitation will not be furnished as part of the sources sought synopsis or solicitation. The technical data may be obtained by submitting a valid, completed DD2345 form to the PCO, Matthew Tonay, via email at matthew.tonay.1@us.af.mil. Equipment and technical data generated or delivered under this contract are controlled by the International Traffic in Arms Regulation (ITAR), 22 CFR Chapter 1, Subchapter M parts 120-130. An export license is required before assigning any foreign source to perform work under this contract or before granting access to foreign persons to any equipment and technical data generated or delivered during performance (see 22 CFR Chapter 1, Section 125). National Interest Determinations will not be processed for this solicitation or contract award for a prime or any subcontractors. The solicitation will contain the following clauses DFAR 252.209-7001 Disclosure of Ownership or control by the Government of a Terrorist Country, DFAR 252.209-7002 Disclosure of Ownership or Control by a Foreign Government, and DFAR 252.204-7008 Export-Controlled Items "A current, valid, completed DD2345 form will be required for release of technical information related to this solicitation and resulting contract." Export Controlled Data: This acquisition does involve technology that has a military application. The only US contractors who may participate are those that are certified and registered with the Defense Logistics Information Service (DLIS) (1-800-352-3572) and have a legitimate business purpose. US contractors shall submit a copy of their current, approved DD Form 2345 with their request for solicitation. The form, including instructions for completing the form, is available at http://www.esd.whs.mil/Portals/54/Documents/DD/forms/dd/dd2345.pdf. The solicitation/data package will be sent to the data custodian identified in block 3 of the DD Form 2345. Nothing in this notice contradicts other restrictions, identified in the synopsis notice or solicitation, regarding eligible sources. Foreign participation is not authorized. Facility Clearance Information: The offeror, and subcontractors as required, must possess or acquire prior to award a facility clearance equal to the highest classification specification (DD254) attached to the solicitation and be entitled to COMSEC information without additional authorization (i.e. National Interest Determination (NID)). Therefore, all facility clearances must be approved and Foreign Ownership Control or Influence (FOCI) issues must be mitigated prior to award. The Industrial Security Facilities Database (ISFD) will be used to verify facility clearances. The Government is not obligated to hold discussions nor delay award awaiting an offeror to complete this requirement. At this time, the highest classification specification on the DD254 is expected to be SECRET. Service Contract Act: The Service Contract Act applies to this requirement. Request all potential offerors submit their places of performance so that wage determinations can be requested and posted. Submit all places of performance to include Prime vendor name, CAGE code, place of performance address, city, state, and county to the PCO, Matthew Tonay, via email at matthew.tonay.1@us.af.mil. Wage determination will be posted to www.fbo.gov. Other Information: Technical Library: The technical library will be available upon request and with a valid DD Form 2345. Please see above in the technical data section for the point of contact to obtain access. The technical library will be maintained on www.fbo.gov. The technical library will contain Government unique manuals for the aircraft, minimum equipment lists (MELs), and paint drawings. A nondisclosure form will also be required. Foreign Participation : Foreign participation is not authorized Note: The government may not have complete and adequate data, spec i al materials, facilities, tooling, or test equipment which may be required in the performance of the con t ract. This will be a performance based contract where the contractor is required to supply all data, special materials, facilities, tooling, parts, test equipment, etc. to perform the requirements of the Performance Work Statement. The following contractor survey is also attached in PDF format: CONTRACTOR SURVEY Please provide the following business information for your company/institution and for any teaming or joint venture partners: •1. Company/Institute Name: •2. Address: •3. Point of Contact: •4. CAGE Code: •5. Phone Number: •6. E-mail Address: •7. Web Page URL: •8. Size of business pursuant to North American Industry Classification System (NAICS) Code: 488190 •9. Based on the above NAIC Code, state whether your company is: •a. Small Business (Yes/No) •b. Woman Owned Small Business (Yes/No) •c. Small disadvantaged Business (Yes/No) •d. Economically Disadvantaged Woman-Owned Small Business (Yes/No) •e. 8(a) Certified (Yes/No) •f. HUBZone Certified (Yes/No) •g. Veteran Owned Small Business (Yes/No) •h. Service Disabled Veteran Small Business (Yes/No) •i. System for Award Management Registration (formerly CCR) registered? (Yes/No) •10. A statement as to whether your company is domestically owned or foreign owned or foreign controlled (if foreign, please indicate the country of ownership). After the Government reviews all submissions, there may be additional need for further follow-on questions. If so, the Government will post additional inquiries on FedBizOps (https://www.fbo.gov). You may be invited to present your approach to the Government at Tinker AFB, Oklahoma. If there is enough interest, the Government may hold an "Industry Day" to provide information to prospective respondents. The Government does not intend to award a contract on the basis of this request, or to otherwise pay for the information requested in this Sources Sought document. This is a request for information only-no solicitation available. This notice does not commit the Government to issue a solicitation or award a contract, or to otherwise incur any liability associated with the submission of any response or related materials. Submitted material will be considered the property of the United States Government and will not be returned. The United States Government fully understands that it has no license or ownership rights to any submitted material that is also proprietary to the submitting company. The acquisition strategy has not yet been determined. Market research results will assist the Air Force in determining whether this requirement will be a full and open acquisition or a small business set aside. Respondents capable of responding to only a portion of the total requirement of capability/components stated herin should respond, stating which portions they are capable of and how those portions would be integrated into the total requirement, as applicable. Note that if this effort is not set-aside for small business, small business utilization will be considered. Request that large and small businesses provide a reasonable expectation for small business utilization as a percent of total contract value. Please provide supporting rationale for the recommended percentage.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA8106-18-R-5000/listing.html)
- Record
- SN04862236-W 20180323/180321231143-cdddb874ac3974bbcc5440b9ba6fbf50 (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 |