Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 29, 2004 FBO #1068
SOLICITATION NOTICE

J -- Contractor Logistics Support for Navy C-40 Aircraft (This notice replaces N00019-03-R-0039)

Notice Date
11/7/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272 47123 Buse Road Unit IPT, Patuxent River, MD, 20670
 
ZIP Code
20670
 
Solicitation Number
N00019-04-R-0003
 
Response Due
2/20/2004
 
Point of Contact
Leann Warner, Contract Specialist, Phone 301-757-5944, Fax 301-757-8959, - Anthony Devico, Contract Specialist, Phone 301-757-5954, Fax 301-757-5946,
 
E-Mail Address
leann.warner@navy.mil, devicoaj@navair.navy.mil
 
Description
NOTE: THIS REQUIREMENT WAS PREVIOUSLY PUBLICIZED AS N00019-03-R-0039. N00019-03-R-0039 HAS BEEN CANCELLED AND REPLACED WITH N00019-04-R-0003 BECAUSE THE NAVAL AIR SYSTEMS COMMAND (NAVAIR) HAS DETERMINED THAT THIS REQUIREMENT WILL BE REVISED FROM A FAR PART 15 DOCUMENT TO A FAR PART 12 COMMERCIAL DOCUMENT. The Naval Air Systems Command requires Contractor Logistics Support (CLS) for the Navy’s eight C-40A aircraft beginning July 2004. It is possible that the fleet size could grow by one-to-three aircraft a year through Fiscal Year 2008. The C-40A aircraft are Federal Aviation Administration (FAA) 14 Code of Federal Regulations (CFR) 121/145 Category Airworthiness certified, Boeing commercial-derivative (737-700) cargo/transport aircraft that has been modified with Navy required items. The C-40A aircraft shall be operationally supported as organic organizational level and commercial depot level. In order to maintain FAA Certifications, all maintenance must be performed to 14 CFR 121 standards; all avionics systems and components must be installed and maintained in accordance with the manufacturer’s specification as delineated in 14 CFR Part 43 and repaired by a certified 14 CFR Part 145 Repair Facility; and offerors must be able to provide, or have access to, a Federal Aviation Regulations Part 121 Commercial Parts pool. The CLS services shall consist of, but are not limited to, 1) Site Activation; 2) Site Support at Naval Air Station Fort Worth Joint Reserve Base, Fort Worth, TX and Naval Air Station Jacksonville, FL; 3) Inventory management and support to include tracking and control of Government and Contractor –owned inventory (serially controlled parts, C-40A Unique parts, Auxiliary Power Units, landing gear and control services, provide consumables and expendables, etc.); 4) Depot Level Support (scheduled and unscheduled); 5) Drop-In Maintenance; 6) Component Repair and Overhaul of Government/Contractor –owned Inventory; 7) Contractor Field Teams; 8) Replacement of Government/Contractor–owned Inventory; and 9) Engine Condition Monitoring. Each offeror must obtain a Boeing License Agreement and a notification letter, from The Boeing Company authorizing the release of their data to the offeror, for the use of priority data for the maintenance and repair of Boeing designed aircraft (737-700 / C-40A Aircraft). The Government intends to award a five month base period and four twelve month option periods, from 01 July 2004 through 30 November 2008, through the use of FAR Part 12 commercial contracting methods. The DRAFT solicitation N00019-04-R-0003, information regarding registration for an upcoming site visit for potential offerors, along with a draft Performance Work Statement (PWS), including contact information for obtaining the Boeing License Agreement and notification letter, is available on the NAVAIR website, at http://www.navair.navy.mil/doing_business/open_solicitations/ . All Industry Comments should be provided to the Contract Specialist, Leann Warner, via email at leann.warner@navy.mil, by 14 November 2003. The following information is required from offerors who provide any comments: Organization name and address, primary Point Of Contact (POC), telephone/fax numbers, and e-mail address of the primary POC. The formal solicitation will incorporate applicable changes resulting from Industry Comments as deemed appropriate by the Government and shall be electronically released approximately mid-December 2003 on the NAVAIR website, with proposals due back on or about 20 February 2004. No hard copies of the solicitation or amendments will be provided. It is the potential offeror’s responsibility to monitor the NAVAIR website for the release of any solicitation and/or amendments. All correspondence will be via e-mail to the Contract Specialist. Please note that all prospective contractors must be registered in the Central Contractors Registration (CCR) database http://www.ccr.gov in order to participate in this procurement. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (07-NOV-2003). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 27-OCT-2004, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/NAVAIR/NAVAIRHQ/N00019-04-R-0003/listing.html)
 
Place of Performance
Address: Naval Air Station Fort Worth Joint Reserve Base, Fort Worth, TX; Naval Air Station Jacksonville, FL
 
Record
SN00700141-F 20041029/041027213011 (fbodaily.com)
 
Source
FedBizOpps.gov 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.