SOURCES SOUGHT
J -- F-5 Depot Level Maintenance
- Notice Date
- 7/9/2020 7:35:13 AM
- Notice Type
- Sources Sought
- NAICS
- 488190
— Other Support Activities for Air Transportation
- Contracting Office
- NAVAL AIR WARFARE CENTER AIR DIV PATUXENT RIVER MD 20670-1545 USA
- ZIP Code
- 20670-1545
- Solicitation Number
- N00421-20-L-0002-226
- Response Due
- 7/24/2020 8:00:00 AM
- Archive Date
- 08/08/2020
- Point of Contact
- Kristin Nelson, Phone: 3017579737
- E-Mail Address
-
kristin.nelson@navy.mil
(kristin.nelson@navy.mil)
- Description
- 1. Introduction Naval Air Warfare Center Aircraft Division (NAWCAD), Specialized and Proven Aircraft Program Office PMA-226, is seeking sources to perform modifications and Depot (D)-level maintenance to sixteen (16) F-5E and six (6) F-5F Tiger II aircraft previously owned by the Government of the Swiss Confederation (SAF).� As part of repatriation, these aircraft will require modification to the standard United States Navy (USN) F-5N/F configuration by a D-level facility. In addition, the aircraft will require a re-baseline for all Phased Depot Maintenance (PDM) tasks and repairs coincident to PDM inspections. 2. Disclaimer THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL.� It is a market research tool for information and planning purposes and does not constitute a request for proposal (RFP) or a promise to issue a RFP in the future.� This Sources Sought does not commit the Government to award a contract as a result of this announcement.� These requirements are subject to change and the information provided below is for informational purposes only.� The Navy is not at this time seeking proposals and will not accept unsolicited proposals.� Respondents are advised that the Government will not pay for any information or administrative cost incurred in the response to this Source Sought.� All costs associated with responding to this Sources Sought will be solely at the expense of the interested party.� Not responding to this Sources Sought does not preclude participation in any future RFP, if issued.� If a solicitation is released, it will be synopsized on the Beta.SAM.GOV website.� It is the responsibility of the potential Offerors to monitor this website for additional information pertaining to this requirement. � 3. Requirements � �� (1) The resultant contract is anticipated to be a single award Indefinite Delivery, Indefinite Quantity (IDIQ) Performance-based, Firm-Fixed-Priced (FFP), Cost-Plus-Fixed-Fee/Cost Reimbursement (No-Fee) contract. � �� (2) Aircraft Delivery/Schedule � � � � � a. The ordering period is expected to be from 01 October 2021 through 30 September 2026.� The first aircraft is expected to be delivered to the Contractor�s facility to begin overhaul on 15 October 2021.� � � � � � b. All future inductions would be at an approximate interval of every sixty (60) calendar days.� � � � � � c. Each aircraft is expected to have a turnaround time of no more than three hundred sixty five (365) calendar days. � � � � � d. Aircraft will be delivered for induction in non-flyable, preserved status in accordance with (IAW) SAF procedures with wings removed, horizontal and vertical stabilizers removed, and engines mounted but possibly not connected.� Engines will be removed at induction and disposition instructions will be provided at that time.� Replacement engines will be provided as Government Furnished Equipment (GFE). � �� (3) Quality Assurance Program � � � � � a. The Contractor�s Quality Assurance (QA) Program for aircraft maintenance and overhaul shall be IAW AS9100C or AS9110C.� The Contractor shall provide Government access to QA supporting documentation. � �� (4) Parts and Material � � � � � a. PMA-226 will provide identified kits for each required modification identified in Attachment 1 at time of induction.� � � � � � b. The Government will provide repairable parts to the Contractor from the Fleet as required at time of need or as soon as possible upon identification of the requirement.� � � � � � c. Long lead-time items and life-limited components required will be provided by PMA-226 as available concurrent with induction schedule or, if it is a late find, they will be addressed as discovered. � � � � � d. The Contractor shall provide consumable parts for use during PDM on F-5N/F aircraft. � �� (5) General Scope � � � � � a. Work required for each aircraft includes, at a minimum, full PDM IAW NAVAIR A1-F5AAA-PDM-000, modification to USN F-5N/F configuration IAW an approved technical directive (TD) or technical data package (TDP), replacement of structural life-limited components, and the removal of any SAF modifications not included in the F-5N/F configuration. � � � � � b. The Contractor shall have structural, subsystem, avionics and J85 engine maintenance and operation experience related to F-5 and/or T-38 aircraft. � � � � � c. All maintenance shall be performed IAW with applicable F-5N/F aircraft Organizational (O), Intermediate (I), and D-level publications, COMNAVAIRFORINST 4790.2, and Original Equipment Manufacturer (OEM) procedures/technical data as specified by PMA-226.� � � � � � � �� (1) For all structural alterations outside the limits of the Structural Repair Manual (NA 01-F5AAN-3), the Contractor shall notify the Government for disposition and approval prior to repair/installation.� � �� (6) Phased Depot Maintenance � � � � � a. The F-5N/F 1,200 hour PDM requirement encompasses O, I, and D-level scheduled and unscheduled maintenance actions, and required/associated repairs, which include aircraft periodic inspections, special inspections, all outstanding airframe bulletin inspections, material condition inspections, wiring inspections, removal and replacement of high time and/or structural components, non-destructive inspections,� operational and functional testing of aircraft systems, and engineering support.� PDM requirements include, but are not limited to: � � � � � � �� (1) The Contractor shall paint strip, seam seal, and paint each aircraft in accordance with the requirements located in the PDM specification and applicable F-5N/F Periodic Maintenance Inspection Card (PMIC) requirements. � � � � � � �� (2) The Contractor shall perform all electromagnetic interference (EMI), ground, and flight testing to verify system integration/operation. � � � � � � �� (3) Prior to final processing, the Contractor shall weigh the aircraft during each PDM as required by COMNAVAIRFORINST 4790.2 IAW NA 01-1B-50, NA 01-F5AAF-5, and NA 01-F5AAN-5. � � � � � � �� (4) The Contractor shall manage and maintain aircraft logbooks, forms, and records while in their custody IAW COMNAVAIRFORINST 4790.2.� � � � � � � �� (5) The following work shall be accomplished on all aircraft: Upper cockpit longeron replacement Vertical stabilizer replacement Horizontal stabilizer replacement Fuel cell replacement New wing build-up and installation Boat tail lower longeron support fittings replacement � � � � � � �� (6) The following components shall be replaced on an as-needed basis depending on inspection findings: Center line pylon attach former Lower cockpit longeron 15% spar 66% spar Canopy glass (front and rear) Windshield assembly Boat tail lower longeron Dorsal longeron � � � � � � �� (7) The Contractor shall track all aircraft maintenance data accumulated during the performance of each depot maintenance induction. In addition, the Contractor shall track and document a complete list of aircraft discrepancies corrected, as well as not corrected (Noted but Not Corrected), during the PDM process at the time of aircraft delivery.� The Contractor shall deliver an Aircraft Discrepancy Report and a Maintenance History Report for each aircraft at the time of aircraft delivery. � � � � � (7) Aircraft Modification The Contractor shall incorporate the technical directives and aircraft modifications defined in Attachment (1). � � � � � (8) Facilities/Support Equipment � � � � � � �� a. The Contractor shall provide and maintain all required support equipment to support PDM, required inspections and any component replacements.� PMA-226 will provide technical data/drawings required for any peculiar F-5 support equipment. � � � � � � �� b. The Contractor shall provide all facilities required to accomplish defined work scope including but not limited to maintenance hangars, aircraft painting and corrosion control hangars, and wash rack facilities.� � � � � � � �� c. The Contractor�s facility shall have access to an airfield that F-5N/F aircraft can safely transit.� SAF F-5 aircraft will be delivered to the Contractor�s facility via C-130, so the Contractor�s facility shall accommodate the take-off/landing of C-130s. � � � � � � �� d. The Contractor will provide both manpower and necessary support equipment to unload the F-5 from the C-130 once arrived at the Contractor�s facility.� Support equipment required consists of hydraulic jacks, an aircraft tractor, fork lifts, and a K Loader (or equivalent).�� 4. Eligibility The applicable NAICS code is 488190 with a business size standard of $35.0 million.� The Product Service Code (PSC) is J015- Maintenance/Repair/Rebuild of Equipment-Aircraft and Airframe Structural Components.� Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size (see paragraph 6.0).��� 5. Requested Information � �� (1) Interested parties must address the following items in their response and provide supporting documentation as required: � � � � � � �� a. An UNCLASSIFIED description of the respondent�s general capabilities to fully support the entire effort.��� � � � � � � �� b. CAGE code, DUNS number, mailing address, phone number, fax number and email address. � � � � � � �� c. Business size, indicate whether your company is a Large Business or if it qualifies as a Small, Small Disadvantaged, Small Disadvantaged Veteran Owned Small Business, Women Owned, 8(a), Hub Zone or Service Disabled Veteran-Owned Small Business Concern. � � � � � � �� d. A point of contact (POC) to receive/provide additional information or clarification. � � � � � � �� e. A full capability summary that contains a detailed description of all supplies, materials and labor to perform the defined work scope including at a minimum:� � � � � � � � � � � (1) Company profile to include current number of employees, annual revenue history, retention rates for each year (calendar or fiscal) within the last three years or by contract (if by contract, include contract period of performance); and office location(s); � �� (2) For each of the technical areas cited, identify recent corporate experience performing efforts of similar size and scope.� Include contract number, organization supported, indication of whether a prime or subcontractor, contract value, government point of contact and current telephone number, and a brief description of how the contract referenced relates to the work performance described herein. For those contracts identified on which your company was the prime, identify the largest number of full-time employees (include those of subcontractors, team members, partners) and the largest number of subcontractors, team members and partners managed/monitored during contract performance. Also include the company names of the team members/subcontractors/partners managed/monitored under these contracts; � �� (3) Experience with F-5 or T-38 depot maintenance, emergency repair, modification and engineering support.� Sources should provide details on artisan talent level and manpower available with experience and familiarity with F-5 peculiar support equipment, special tooling, specific F-5 inspection experience, repairs, and any other technical experience with F-5 aircraft, T-38 aircraft and/or any J85 engine equipment experience. � �� (4) Preliminary approach for a transition plan that addresses establishment of facilities; � �� (5) Preliminary approach to phase-in/startup, which shall address plans for recruiting and retaining qualified personnel, including possible subcontract/teaming arrangements; � �� (6) If your company is a small business, provide a brief discussion on your company's ability to perform 50% of the work, to ensure compliance with FAR Clause 52.219-14 or FAR Clause 52.219-27, as applicable; � �� (7) Any other pertinent information about technical or management skills that your company possesses which would ensure capability to perform the tasking described herein. 6. Responses � �� (1) Data markings.� In order to complete its review, NAWCAD must be able to share a Respondent�s information both within the Government and with covered Government support contractors as defined in DFARS Clause 252.227-7013 Rights in Technical Data-Noncommercial Items (FEB 2014).� Any responses marked in a manner that will not permit such review will be returned without being assessed or considered.� All submissions must include a statement which clearly allows for the information to be disclosed with covered Government Support Contractors. � �� (2) Full response submissions.� Full response submissions to the above requested supporting data must be received no later than 24 July 2020 by email to Kristin Nelson at kristin.nelson@navy.mil. � �� (3) It is requested the responses not exceed ten (10) pages, single spaced and have twelve (12) point font minimum.� Classified information or material SHALL NOT be submitted. 7. Questions Questions or comments regarding this Sources Sought can be directed to Kristin Nelson at kristin.nelson@navy.mil.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/cfa18a3270b84a13b6d6c03a664daee1/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN05716839-F 20200711/200709230145 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |