Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2005 FBO #1389
SOLICITATION NOTICE

15 -- C-9 Contractor Logistics Support (CLS)

Notice Date
9/13/2005
 
Notice Type
Solicitation Notice
 
NAICS
488190 — Other Support Activities for Air Transportation
 
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
N0001905R0044
 
Response Due
1/5/2006
 
Archive Date
1/20/2006
 
Description
The Naval Air Systems Command intends to issue a competitive RFP for Navy, USAF and NASA C-9 support requirements. The RFP will be for Contractor Logistics Support (CLS) for the Navy?s nineteen C-9 (17 C9B and 2 DC9), the USAF?s three C-9 aircraft and NASA?s one DC-9. The effort is scheduled to commence on or about JUL 2006. The proposed contract will be an indefinite delivery type contract with a minimum ordering requirement for the base year and four option years. The Government will place orders for site support, airframe depot maintenance, engine depot maintenance and related work as part of the ordering provisions of the contract. The contract will include the ability to order aircraft or engine modifications but the Government makes no assertion that this type of work will be done on this proposed contract. There will be fixed prices for these requirements as well as provisions for over and above labor and material. The contract will contain a twelve month base period and four twelve month option periods, from JUL 2006 through JUN 2011, and will be a standard FAR Part 15 contract. There are three distinct efforts to be procured under this CLS solicitation, Site Support, Airframe Depot and Engine Depot: (a) Site support will be at Atlanta NAS, Norfolk NAS, Whidbey Island NAS, Willow Grove NAS, Cherry Point MCAS, and Scott AFB. The site support effort consists of issuing parts and materials, assembling kits, receiving items for repair or overhaul, and providing replenishing inventory at each on-site storeroom. The Government owns a considerable inventory of parts that will be managed by the site support contractor. (b) Airframe depot maintenance services (SDLMs, PDMs, MTIs) for the Navy, USAF and NASA necessary to meet C-9 aircraft operational requirements . Also included will be unscheduled maintenance/drop ins and field team maintenance that occurs away from the Contractor?s designated depot facility, via Contractor Field Teams or Contractor selected Subcontractors and Vendors. Note that two Navy DC-9s are slated for retirement during this performance period and will only require normal services until that time. No depot actions are planned for these two aircraft. (c) Engine depot services for the Navy, USAF and NASA of Pratt & Whitney JT8D-9A engines such as scheduled and unscheduled engine shop visits. Also included is field team support for repairs away from the depot facility. Engine support may also include a small number of T-43A engines for the USAF, as well. This solicitation will also include limited material management services for the Navy C-9 simulator/trainer located at Colorado Springs, Colorado. This effort will be negotiated on an as required basis. During the period of performance of this contract, aircraft will be retired (divestiture) and one or more sites may be closed. The Navy is replacing the C-9s with C-40 aircraft and this may impact on the number of aircraft and has a potential for closure of at least one site. The C-9 aircraft is the military version of the commercial DC-9 series aircraft manufactured by McDonnell Douglas Corporation and is an FAA type-certificated DC-9-32F aircraft. Parts and material are commercially available. Manuals and maintenance documentation will be provided to the contractor upon award, however; the contractor must obtain a licensing agreement with the OEM for engineering support. All contractor facilities must be Aircraft Repair Station licensed by the Federal Aviation Administration (FAA) under Federal Aviation Regulations (FAR) Part 145 to participate in this effort. The DRAFT RFP N00019-05-R-0044, along with a draft Performance Work Statement (PWS) and specifications, will be available (late SEP 2005) on the NAVAIR website, at http://www.navair.navy.mil/doing_business/open_solicitations/ . All Industry Comments should be provided to the Contract Specialist, Jason Lev, via email at jason.lev@navy.mil, within approximately 21 days. 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 November-December 2005 on the NAVAIR website, with proposals due back in mid to late January 2005. 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.
 
Record
SN00894145-W 20050915/050913212708 (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  © 1994-2020, Loren Data Corp.