Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 22, 2018 FBO #6238
SOURCES SOUGHT

J -- JO15 Maintenance and Repair Service for V-22 Aircraft

Notice Date
12/20/2018
 
Notice Type
Synopsis
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
N62649 NAVSUP Fleet Logistics Center Yokosuka PSC 473 Box 11 FPO AP 96349
 
ZIP Code
96349
 
Solicitation Number
N6264919R0031
 
Response Due
1/31/2019
 
Archive Date
1/31/2020
 
Point of Contact
MR. ROBERT MECKLENBURG, 046-816-6294, Robert.Mecklenburg@fe.navy.mil
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Notice Maintenance, Repair and Overhaul Services for V-22 Aircraft Fleet Readiness Center Western Pacific (FRCWP), in support of NAVAIR ™s Program Manager Aviation (PMA) 275, is seeking interested contractors with significant depot-level aircraft maintenance experience to provide scheduled and unscheduled Maintenance, Repair and Overhaul (MRO) services for U.S. Marine Corps and Navy V-22 aircraft forward deployed to the Western Pacific region. The MRO line will be located in the contractor ™s facilities. Status of Forces Agreements (SOFA) between the United States and the contractor ™s host nation, as well as flight distance limitations, will be factors in the solicitation process. The specifics of any flight distance limitations have not yet been fully determined. Therefore, all qualified and interested parties are encouraged to respond to this notice, regardless of their flight distance from the location of the aircraft. Contractor MRO support will include the following: 1) Depot Level Maintenance Depot-level maintenance (also known as Heavy Maintenance) tasks/actions are those requiring major overhaul or complete rebuilding, remanufacturing, or modification of aircraft structures, parts, assemblies, and end items, including support equipment in accordance with the Integrated Maintenance Plan (IMP) IMP Specification and other applicable maintenance manuals. 2) Planned Maintenance Interval (PMI) work under 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 events for V-22 will be based on the latest NAVAIR Specification. b. The estimated Aircraft throughput is 5 “ 9 aircraft per year. However, the contract type will be indefinite delivery/indefinite quantity (IDIQ) and will not guarantee either the quantity or frequency of aircraft inductions. c. It is anticipated that the Contractor shall be capable of supporting a nominal workload of 5 aircraft in flow, with a surge capacity to 8 aircraft in flow. d. Aircraft inducted for PMI will be flown to the contractor ™s facility. 3) In-Service Repairs (ISR) Unscheduled maintenance requirements are those requirements, (typically 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, and during squadron operational use. 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 the western Pacific region, 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 and material 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. The government will procure or directly fund procurement of all material. 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. If the government decides to host an industry day, a separate announcement will be released with additional information. 9) Anticipated Facility and Airfield Requirements are provided as attachments to this announcement. 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 your workforce skill-sets performing similar or identical T/M/S work. (7) Description of your facilities used to perform similar or identical 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 31 January 2019 as part of the formal market research for this acquisition. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (20-DEC-2018); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/DON/NAVSUP/Yokosuka/N6264919R0031/listing.html)
 
Record
SN05179669-F 20181222/181220230021 (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.