COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 12, 2001 PSA #2786
SOLICITATIONS
16 -- KC-135R PROGRAMMED DEPOT MAINTENANCE
- Notice Date
- February 8, 2001
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, OC-ALC -- (Central Contracting), 3001 Staff Drive, Ste 1AG76A, Tinker AFB, OK, 73145-3015
- ZIP Code
- 73145-3015
- Solicitation Number
- F34601-01-R-02712
- Response Due
- February 28, 2001
- Point of Contact
- THOMAS PATTON, CONTRACT SPECIALIST, Phone 405 739-5404, Email
- E-Mail Address
- THOMAS PATTON (THOMAS.PATTON@TINKER.AF.MIL)
- Description
- Sources Sought Notice Date Submitted: 07-FEB-2001 OC-ALC/LADCB DIR CONTRACTING/AIRCRAFT 3001 STAFF DR STE 2AI87A TINKER AIR FORCE BASE OK 73145-3020 J -- KC-135R PROGRAMMED DEPOT MAINTENANCE; RESPONSE DUE NLT 02-28-01 OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional information contact Thomas Patton/Ladca/[405]739-4343 This notice is a Market Survey pursuant to FAR Part 10 to identify capable sources interested in a Programmed Depot Maintenance (PDM) program requested by the Turkish Air Force (TuAF) to support their KC-135 R beginning February 2002. Responses are invited for information and planning purposes, and the Government will not reimburse costs of participating in this survey. An Industry Day will be scheduled at a later date for discussion of a draft solicitation for this program. The PDM program includes a competitive award of PDM for two aircraft as well as engineering support for establishment of a TuAF depot overseas and training of TuAF personnel in technical and process skills. The Government anticipates a single competition resulting in two linked award instruments to the winning contractor. The first award instrument will be a contract for PDM and engineering support issued by OC-ALC. The second instrument will be a contract for training issued by the Air Force Security Assistance Training (AFSAT) center. PDM will include but not be limited to non- destructive inspection, main landing gear, engine strut and vertical stabilizer removal and installation, fuel cell and bladder repair, major structural repairs, corrosion control and full aircraft painting. Necessary capabilities are fabrication of numerous materials (metal and non-metal), jet engine support, engine run area and flight-testing. The Turkish PDM workload will be accomplished according to the current USAF KC-135R work specifications. The current flow-day standard for basic PDM is 160 days. Current Time Compliance Technical Orders (TCTOs) and Aircraft Mission Modifications will be accomplished. This excludes organizational level modifications. The contractor will be required to provide planning data and support equipment once the aircraft are delivered. Engineering support will include but not be limited to one professional engineer posted at the TuAF depot site in Turkey for a two year period. It is anticipated that Offerors under a solicitation for this program must possess the following minimum essential major facilities and affirmatively demonstrate this capability: Airfield and facilities shall conform to requirements of AFMC 55-5 FOR -135 series aircraft and shall have theminimum runway lights in accordance with (IAW) Part II Chapter 1 of AFM 88-14 and txiway lights IAW Part II CHapter 6 of AFM 88-14. Hangar space shall be sufficient for a minimum of two (2) aircraft. The hangar shall have clearance to hangar an aircraft with the vertical fin raised and wing tips installed. Other spaces shall have a minimum height of 26 feet. These space requirements are based on a basic on-shift operation and a 40- hour work week. Aircraft must be hangared when the following operations are performed, therefore bidder must be able to demonstrate that sufficient hangar space is available or can reasonably be made available to so perform: a. When aircraft are on jacks; b. Rigging control surface; c. Fuel tank repair; d. Water tank repair; e. Complete painting; f. When aircraft has been stripped or components removed that expose the aircraft or structure to the elements. Additional facility requirements include the following: Pavement -- medium load pavement IAW AFM 88-6; Electricity and air on ramp and in hangars; Ramp lighting available; Inside/outside washing and cleaning facilities; Controlled chemical waste disposal to prevent environmental pollution; Painting facilities inside with environmental controls for epoxy primer MIL-P-23377 and polyurethane MIL-P-85285 painting; Fuel and oil storage IAW DOD 4140.25/ Fuel minim storage requirements; Refueling and defueling facilities (see T.O.s 00-25-172, 1-1- 3, 1C-135(K)A-2-2, 1C-135-2-5-1); Tubing and cable fabrication facility to include rubber hose assembly;Facilities equipped with fuel tank sealant mixing machine and storage space; Equipped sheetmetal shop; Machine shop equipped with standard machine shop equipment; Jet Engine and QEC shop; Welding shop equipped with standard welding equipment including heli-arc and inert gas; Plating facility for hard anodize, cadmium nickel, chrome and silver; Shot peening, glass beed blasting, vapor honing equipment and facilities; Silk screen capability (does not include aircraft insignia); Heat treat capability up to 1,650 degrees Fahrenheit; Portable nondestructive inspection equipment (x-ray, eddy current, ultrasonic, magnetic particle, and penetrant capability); Breathing oxygen storage and handling facilities for both gaseous and liquid oxygen; Source of deionized water IAW T.O. 1C-135(K)A-2-2; Deionized water tank truck;Fabric, fiberglass and plastic repair and fabrication capability; Honeycomb structure repair capability; (These facilities must conform to the requirements for humidity and temperature control as contained in T.O. 1C- 135(K)A-3-1); Inside boom repair and storage area; Fuel system purging capability to include acceptable storage, reclamation and handling methods (reference T.O. 1-1-3/00-25-172); Ability to apply (spray) corrosion preventative compound (CPC); Ability to local manufacture "hogged" out fittings on CNC machine (typical minimum dimensions of 1 ft X 2 ft X 8 ft); Battery facility capable of storing, servicing and handling the nickel- cadmium battery; Capability for tire, wheels, landing gear disassembly and build up shop; Capability for fabrication of electric wire bundles; Capability for inside receiving, storage and issue of Government property not limited to but including a. through h. following: a. Storage and control, b. Receiving and inspection facility, c. Locator system, d. Secure storage, e. Controil and sensitive item control, f. Issue procedures, g. Control of repairable generation, h. Proper disposition of excesses; Adequate engine run up area; Shipping, receiving supply warehouse; Supply storage bond room; Storage maintenance and repair of GFP AGE; Tool crib for control of special tools; component overhaul and repair facilities; Space for Air Force offices, crew lounge and locker rooms, debriefing of flight crews; Transportation for flight crews to quarters, mess facilities, commercial transportation terminals and return; Bladder- type fuel cell repair shop; Number of crash vehicles and fire fighters provided IAW AFMCR 55-5; and Hangar floor adequate to support jack loads. TRAINING: Training for TuAF technicians will be accomplished concurrently with PDM repair. The goal of training is to provide TuAF technicians with enough knowledge and proficiency in PDM tasks and processes to conduct their own and instruct additional TuAF depot personnel upon return to Turkey. The contractor shall provide suitable training facilites for CONUS training. The contractor shall provide all CONUS training materials and equipment required to perform the training. Respondents are encouraged to provide comments for both the PDM/Depot and the Training efforts, as well as the minimum capabilities needed. Respond to Mr. Thomas Patton, OC-ALC/LADCA, 3001 Staff Drive, Suite 2AH86A, Tinker AFB OK 73145-3020, fax (405) 739-4446, e-mail thomas.patton@tinker.af.mil. This notice is in support of a market survey to identify potential sources for a Foreign Military Sale to Turkey under LOA number TK-D-QNS supporting KC-135 R. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. Caution: The drawings which will be furnished under this RFP and any resultant contract are proprietary to the Boeing Company. Firms interested in proposing on this RFP must have on file a current OC-SAF/66, "Rights Guard Certificate", signed by an individual authorized to bind your company, or the bid package will not be furnished. This certificate may be obtained from OCALC/PKXDA, Tinker AFB OK 73145-5320. Note: An Ombudsman has been appointed to hear concerns from offerors or potential Offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call the Ombudsman at (405) 736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Note: Faxed solicitation requests can be submitted to OC-ALC/PKXDA, Tinker AFB OK 73145-3015, FAX NUMBER (405)739-3656. See Note (s) Boeing Rights Guard Requirement. Click here to reach Tinker AFB Central Contracting Synposes at EPS Click Here to E-mail Buyer
- Web Link
- Visit this URL for the latest information about this (/cgi-bin/WebObjects/EPS.woa/wa/SPF?A=R&P=F34601-01-R-02712&L=902)
- Record
- Loren Data Corp. 20010212/16SOL019.HTM (I-039 SN50D1A0)
| 16 - Aircraft Components and Accessories Index
|
Issue Index |
Created on February 9, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|