Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 28, 2007 FBO #1948
SOURCES SOUGHT

S -- Transient Aircraft Maintenance

Notice Date
3/26/2007
 
Notice Type
Sources Sought
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
Department of the Air Force, Air Combat Command, 28 CONS, 1000 Ellsworth Street, Suite 1200, Ellsworth AFB, SD, 57706-4904, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
FA4690-07-R-0010
 
Response Due
3/30/2007
 
Archive Date
4/14/2007
 
Description
Ellsworth AFB is seeking sources for Transient Aircraft Maintenance service. This Requirement could possibly be set-aside for socioeconomic programs such as Hubzone, Service Disabled Veterans, and 8(a). Please see attached current Performance Work Statement, we expect the new PWS to be very similar to current. Please contact A1C Derek Henson at (605) 385-1736 or derek.henson@ellsworth.af.mil if you believe you can fill the requirement. 1.1. TRANSIENT AIRCRAFT SERVICES. The contractor shall perform Transient Aircraft Maintenance Services (TAMS) to include Transient Alert Manager Control, Arrival Services, Processing Services and Departure Services as described in the Service Summary (SS). When applicable, the contractor shall perform specific tasks within the time frames established to meet transient aircraft arrival, processing and departure schedules. When the number of aircraft requiring service precludes servicing at the same time, the contractor shall perform servicing in the priority established by the 28th Maintenance Group, Maintenance Operation Center (MOC). 1.2. TRANSIENT ALERT MANAGEMENT. The contractor shall establish a Transient Alert Management and Control system and shall perform the following: 1.2.1. Prepare AF Form 861 on all aircraft and submit them monthly to 28th Maintenance Squadron QAP. 1.2.2. Prepare AFTO Form 349 for each transient aircraft the contractor requires reimbursement for servicing /minor maintenance in accordance with T.O. 00-20-5, table 1-1. AFTO Forms 349 shall be prepared to reflect servicing/minor maintenance performed on all transient aircraft Standard Reporting Designators (SRD), listed in T.O. 00-20-2, and shall be completed in accordance with applicable T.O. 00-20-5 series. 1.2.3. Coordinate parking locations with the Airfield Manager/Base Operations. 1.2.4. Dispatch personnel to prepare for aircraft arrival, upon notification from Base Operations of inbound aircraft. 1.2.5. Coordinate with Base Operations on fuel requirements and delivery. 1.2.6. Coordinate with Maintenance Operations Center on maintenance/service requirements. 1.2.7. Notify Base Operations of aircraft arrival and departure times. 1.2.8. Notify Base Operations when aircraft is ready for flight crew. 1.2.9. Remove Foreign Objects (FO), (nuts, bolts, cotter pins, rocks, etc.) from transient alert parking and work area(s), to prevent Foreign Object Damage (FOD). 1.2.10. The contractor shall ensure an effective tool control program is established to preclude tools being left in or around the aircraft. This shall include contractor or government supplied tools and equipment. 1.2.11. Maintain a custodian equipment accountability file of hand receipts for government provided equipment. 1.2.12. Update technical orders and publications, in accordance with appendix A. 1.2.13. LIQUID OXYGEN PURCHASE AND TRANSPORTATION The contractor shall be responsible for supplying Liquid Oxygen (LOX), to include purchasing and transportation if a transient aircraft requires it. The government shall give the contractor 48 hours advance notice when LOX is required. A 50-gallon LOX cart is furnished by the government for contractor use, as stated in par. 2.1.2.1. 1.3 ARRIVAL SERVICES. The contractor shall: 1.3.1. When requested by the aircraft commander, base operations or the tower, transient personnel shall meet transient aircraft upon arrival at designated taxiway. The contractor shall arrive at the government-designated taxiway prior to the aircraft turning off the runway and lead aircraft to assigned parking spot. 1.3.2. Insure ramp area is clean of Foreign Objects (F.O.). Fire extinguishers, ladders, chocks, boarding ramps, ground wires, powered and non-powered support equipment required for aircraft arrival shall be in position prior to engine shutdown. 1.3.3. Insert wheel chocks before the aircraft commander departs the cockpit. 1.3.4. Check for hot brakes as directed or as required. On applicable aircraft check for hydrazine leaks IAW 1F-16A-2-12JG-00-1. 1.3.5. Install gear lock pins if required. 1.3.6. Install egress safeing pins as required. If transient aircraft personnel are not qualified on a particular aircraft, verbally confirm with aircraft commander that all systems containing explosive devices, such as egress, jettison, and flare systems are made safe. Ensure aircraft commander?s brief transient aircraft personnel on locations of explosive devices, safeing devices and precautions to be observed. The pilot of the aircraft will stand by during servicing if the contractor has no technical data on hand for that particular aircraft. 1.3.7. Ground aircraft in accordance with Technical Order T.O. 00-25-172, Ground Servicing of Aircraft and Static Grounding/Bonding and applicable aircraft T.O. 1.3.8. Debrief the aircraft commander for aircraft status and service requirements. 1.3.9. Retrieve deployed aircraft deceleration chutes for transient aircraft. Deliver chutes to chute shop if required. 1.3.10. Connect and operate support equipment as required. 1.3.11. Install pitot/inlet/intake/duct covers as required. Inspect for foreign objects prior to installing pitot/inlet/intake/duct covers. 1.4 PROCESSING SERVICES. The contractor shall assist turn around inspection services on all transient aircraft in the time frame requested by the aircraft commander. If applicable, initiate processing of AF Form 349 for reimbursement. 1.4.1. Refuel or de-fuel aircraft as required. 1.4.2. Check and service engine oil as required. Extract oil samples using Joint Oil Analysis Program (JOAP); and process DD Forms 2026, Oil Analysis Request as required. 1.4.3. Check and service liquid or gaseous oxygen, hydraulics, fuels, oil, de-mineralized water and other systems as required. 1.4.4. Perform an overall visual inspection of airframe and components. Check for and identify fluid leaks, damage, and safety of flight discrepancies using applicable technical orders. 1.4.5. Check, make required entries, and clear AFTO Forms 781 series or other aircraft forms as applicable. 1.4.6. Tow aircraft as required. See appendix B-2 for estimated workload. 1.4.7. Secure aircraft remaining overnight. Tie down, as directed by Aircraft Commander. 1.4.8. Remove snow from aircraft and under aircraft as required. Deice aircraft as required. If applicable, Initiate processing of AF Form 349 for reimbursement. Contractor will pick-up a deicing truck from 37th or 77th Bomb Squadrons. Contractor shall be responsible for servicing equipment in accordance with local operating directives. 1.4.9. Check tires and struts for condition and service. Brief aircrew commander of any unsafe condition discovered during the tire check. 1.4.10. Check canopies and windscreens for condition. Clean as required. 1.4.11. Perform servicing/minor maintenance as specified in appendix D as required. 1.4.12. Verify and clear "Red X" discrepancies on intake and exhaust inspections prior to flight. 1.4.12.1 Qualifications and certifications will be documented by the contractor. 1.4.13. Obtain, inspect, position, connect and operate powered and non-powered Support Equipment (SE) as required. 1.5.DEPARTURE SERVICES. The contractor shall: 1.5.1. Discuss requirements for engine start and Pre-Taxi checklist with the Aircraft Commanders. Brief the Aircraft Commanders on the taxi route out of the marshaling area. Coordinate required takeoff times. 1.5.2. Remove ground wires and pitot/inlet/intake/duct covers. Perform inlet/intake/exhaust inspection. Inspect ramp area for F.O. prior to engine start. 1.5.3. Connect and operate necessary powered and non-powered support equipment as required. 1.5.4. Assist crewmembers in preflight and engine start checklists as required. 1.5.5. Disconnect and remove all support equipment. 1.5.6. Remove or confirm gear locks and pins are removed. Remove or confirm with aircrew the removal of safeing devices from cockpit and other areas containing explosive devices needed for flight. Ensure aircraft panels and covers are properly fastened and secured for flight. 1.5.7. Remove chocks. 1.5.8. Marshal aircraft from parking area. 1.5.9. Perform end of runway inspection IAW T.O. 00-20-5, as required. 1.5.10. Inspect parking/work area(s) for F. O. and remove support equipment. 1.6. Requirements beyond the capability of the contractor may be augmented by the government, at the governments option. When the government deems such action to be necessary. 1.7. EQUIPMENT MAINTENANCE. The contractor shall be responsible for minor maintenance of the government furnished equipment coded for contractor maintenance listed in par. 2.1. 1.7.1. Minor Maintenance. Shall include cleaning, waxing, tire servicing, adjusting, ordinary lubrication, tightening of nuts and bolts, and preventative maintenance actions recommended by the equipment manufacturer. 1.7.2. Repair Limits. The contractor is responsible for repair costs on any single piece of equipment that resulted from the contractor's misuse, abuse or negligence. 1.8. PERFORMANCE OF SERVICE DURING CRISIS DECLARED BY NATIONAL COMMAND AUTHORITY OR OVERSEAS COMBATANT COMMANDER. The contractor shall prepare an emergency services plan, as specified in appendix B-4, for providing support of these emergency situations at the start of the basic contract period and as changes occur. Procedures shall be specified in the contractor?s quality control plan. 1.9. EMERGENCY SERVICES AND SPECIAL EVENTS. See Appendix B-3 and B-4 1.9.1. The contractor shall respond as described in Appendix B-3 & B-4 to not more than 10 emergency situations throughout the year. This effort shall be included as part of the price of the contract. The Functional Commander (FC) will approve responding to more than 10. 1.9.2. In accordance with AFI 32-4001, and AFMAN32-4004, transient aircraft and personnel are exempt from disaster exercises. Therefore, the contractor is exempt in order to comply with the contract. 1.9.3. When required by the contracting officer or Functional Commander (FC), the contractor shall respond to emergency services and special event situations as described in Appendix B-3 & B-4 to include the requirement to extend the hours of operation up to and including 24 hours a day, seven days a week. Prices for services required above and beyond normal hours of operation shall be paid for at the rate bid per hour, bid by the contractor on the line item #002, of the Bid year. 1.9.4. The contractor shall use the priorities established by the Functional Commander (FC) if the activation or exercise of multiple contingency plans generate conflicting support requirements. If the contractor cannot accomplish a routine workload due to the activation or exercise of any contingency plan, the government will not take remedial action against the contractor for nonsupport of lower priorities. 1.9.5. Surge requirements beyond the capability of the contractor may be augmented by the government, at its option, when the government perceives that mission accomplishment is endangered. This will be determined by the FC. This does not relieve the contractor of overall responsibilities to these transient aircraft. Once the workload is back to a level that the contractor can manage, the augmented personnel will be released. 1.10. FACILITIES MAINTENANCE. 1.10.1 The contractor shall ensure facilities provided by the government present a neat and clean appearance at all times. 1.10.2 The contractor shall be the designated building custodian for Dock 41 (Building #7614) and attend all appropriate training. 1.11. GROUNDS MAINTENANCE. 1.11.1. Contractor shall be responsible for policing/cleaning transient aircraft parking areas during arrival, processing, and departure services, to include but not limited to oil/hydraulic leaks. The contractor shall be responsible for maintaining a neat appearance in these areas at all times. 1.12. ENVIRONMENTAL COMPLIANCE. 1.12.1. Contractor shall be knowledgeable of and comply with all applicable Federal, State, and local regulations and requirements regarding environmental protection, keeping current the following requirements: Industrial Waste Management Program Plan, Storm Water Pollution Prevention Plan, Spill Prevention and Response Plan, Hazardous Waste Management Plan, Petroleum Recovery Plan, and Solid Waste Management Plan and a Hazard Communication Plan. 1.12.2 Contractor shall have a hazardous waste containment and storage area and shall be responsible for completing an AF FORM 3952 for all hazardous materials they receive from the government. 1.12.3 The government shall supply the contractor with equipment and supplies to comply with the requirements in par. 1.12.1. Equipment supplied by the government is stated in par. 2.1. 1.13. B-1 De-icing 1.13.1 Augment all requested deicing operations during normal Transient Alert Contractor duty hours (0800-2000) year round on a non-interference basis with transient aircraft responsibilities. Deicing and fluid recovery vehicle inspections and servicing will only be accomplished when tasked with deicing operations 1.13.2 Contractor shall provide one or two personnel as requested. Senior Controller at the MOC (Maintenance Operations Center) will make the support request and release Contractor personnel from deicing services. 1.13.3 Contractor deicing services will be limited to preparation of deice vehicle: 1. Perform daily/ operational inspections of vehicle and sign form off 2. Perform deicing fluid refill 3. Document deicing fluid dispense log Deice aircraft IAW T.O. 42C-1-2 Prepare/ operate fluid recovery vehicle 1. Perform daily/ operational inspections of vehicle and form sign off 2. Recover fluid from area aircraft was parked 3. Document deicing fluid dispense log 4. Empty deicing fluid from vehicle into receiving tank
 
Place of Performance
Address: 1750 BERGSTROM DR, ELLSWORTH AFB SD
Zip Code: 57706
Country: UNITED STATES
 
Record
SN01259171-W 20070328/070326220324 (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  © 1994-2020, Loren Data Corp.