Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 03, 2007 FBO #2137
SOURCES SOUGHT

J -- FMS F16 Flightline Maintenance

Notice Date
10/1/2007
 
Notice Type
Sources Sought
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Specialized Contracting Squadron, 2021 First Street West, Randolph AFB, TX, 78150-4302, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-LGCI-FMS-F16-2007
 
Response Due
10/15/2007
 
Archive Date
12/15/2007
 
Point of Contact
Marisa Derby, Contracting Officer, Phone 210-652-3672, Fax 210-652-1817
 
E-Mail Address
marisa.derby@randolph.af.mil
 
Description
This Sources Sought/Request for Information is for planning purposes only. The information will be used in conducting market research to identify potential sources and commercial practices in support of the Government's requirements. CONTACT WITH GOVERNMENT PERSONNEL BY POTENTIAL OFFERORS REGARDING THIS REQUIREMENT IS NOT PERMITTED. This sources sought synopsis shall not be construed as a formal solicitation or an obligation on the part of the Government to acquire any products or services. Any information provided to the Government is strictly voluntary and will be provided at no cost to the Government. Requirement. (Note: The description herein is a summary of anticipated services and is not intended to be all-inclusive.) F-16 aircraft maintenance services in support of the 21st Fighter Squadron (21 FS) at Luke AFB, AZ. The Taiwan Air Force owns the aircraft, support equipment, and tools. The United States Air Force provides the facilities and the utilities. All 14 F-16s are block 20 foreign military sales 1993 models. This flying program has approximately 3650 flying hours annually. The service provider shall maintain, service, ground handle, launch, recover, inspect (preflight, thru flight, basic post flight, phase OTIs, time compliance technical order, etc.) aircraft wash, and repair all unit assigned F-16 aircraft, off-equipment engine/jet fuel starter work, and associated mission support equipment in order to meet flying training, aircrew/instructor qualification/currency requirements. These services also include the following: Weapons support to include loading and unloading munitions (for example, AIM 120's (WSEP), AIM 9s, 20MM ammunition, BDU 33s, BDU 50s, MK 82 and MK 84 lives, chaff/flare, etc.) and weapons in support of daily and contingency operations. The weapons support shall also include on-equipment weapons related scheduled and unscheduled maintenance. Avionics support to include maintaining the aircraft guidance and control systems and their components. Responsibilities may include, but are not limited to, the maintenance of stability augmentation systems (SAS); flight, navigation, engine, and general instruments; encoders; flight data recorders; inertial navigation systems (INS); autopilot systems; malfunction, detection, analysis, and recording subsystem (MADARS); and assigned test equipment not specifically maintained by PMEL. Communication-Navigation support to include maintaining the aircraft communications and navigation system and their components. Responsibilities may include, but are not limited to, the maintenance of IFF equipment, mode S transponders, instrument landing systems (ILS), tactical airborne navigation (TACAN) systems, traffic collision avoidance systems (TCAS), global positioning systems (GPS), search and weather radar, UHF, VHF, and HF communication and intercommunication systems. Other duties include maintenance of radio life support equipment, aircraft radios installed in a ground environment, and assigned test equipment not specifically maintained by PMEL. Electronic warfare support includes maintaining the ALR-56M Radar Warning Receiver, ALE 47Chaff/Flare Dispenser and their system components. Electro-environmental support to include maintenance on the following aircraft systems and components: oxygen, environmental, pneumatic, electrical, vacuum, and bleed air. The service provider shall have the capability to service, repair, modify, and test components of these systems to include authorized local manufacture, repair, overhaul, testing, modification, and inspection of electrical components, batteries, and battery charging units. Propulsion support to include performing engine inspection, engine removal and installation, organizational level off-equipment repair, test adjustment, conditioning, and component replacement. In addition, the service provider shall also provide off-station aircraft recovery support for the FMS F-16 aircraft at Luke AFB. Furthermore, the service provider shall perform facility upkeep on Government provided facilities, grounds and work areas the service provider and service provider employees occupy. The service provider shall also provide quality assurance evaluation and reporting; plans, scheduling, and documentation, engine management, maintenance analysis, maintenance supply, operations management/scheduler and maintenance management information computer support. The service provider shall also support aircraft deployments to include sending maintenance personnel required to support equipment and spare parts. The Government (56 MXG) will provide off-equipment maintenance, on-equipment structural, fuels, egress, and support equipment maintenance for the FMS F-16 aircraft at Luke AFB and Government depot-level maintenance. This program requires an on-site program manager and alternate be available to render decisions regarding the program. Personnel and facility will have a secret clearance. Internet and email capabilities are a requirement. Central Contractor Registration (CCR) is mandatory (www.ccr.gov). SMALL BUSINESSES. The Government reserves the right to decide whether or not a small business set-aside (SBSA) is appropriate based on responses to this notice. In order for the Government to make an SBSA determination, it is requested that small business concerns provide sufficient written information supporting their capability to perform the requirement listed above. Your response to this posting should contain the following: (1) Company name, CAGE Code and DUNS number, address, point of contact (POC), POC current telephone number and current email address; (2) approximate annual gross revenue (3) small business status (8(a), HUBZone, veteran-owned, woman-owned, etc); (4) a brief summary of your company's experience in maintaining F-16 aircraft; (5) we currently have a contractor performing the duties of this requirement and we anticipate a 30-day transition period; please provide a transition approach that demonstrates your ability to transition workload from the existing contract to the new contract with minimum impact on daily operations; (6) indicate whether or not your company would be likely to submit a proposal if a formal solicitation is forthcoming; (7) indicate which North American Industry Classification System (NAICS) code(s) your company usually performs under for Government contracts. The planned NAICS Code is 488190 with a business size standard of $6.5 million per year. Prospective offerors must have the financial backing to defray mobilization and operating costs for approximately thirty (30) days. Any questions regarding this posting must be submitted by 8 October 2007 in order to allow answers to questions to be publicly posted before the required response date of 15 October 2007. PLEASE DO NOT CALL THE CONTRACTING OFFICE FOR INFORMATION; EMAIL ANY QUESTIONS TO AVOID ANY MISUNDERSTANDING OR CONFUSION. We hope to eliminate duplicate questions by posting any and all questions on the www.fbo.gov website. If any questions contain proprietary information such information must be identified. Additional information or updates will be posted at the www.fbo.gov website. It is the responsibility of interested parties to check this website regularly for any changes or updates. Request responses be provided NLT 15 October 2007. No extensions will be granted. LARGE BUSINESSES. Your recommendations to maximize the efficiency and effectiveness of the anticipated solicitation and resulting contract, to include effective assessment methods, techniques, and best commercial practices in performance of the requirement as outlined above, are welcome. Please provide your suggestions to include contract type, contract length, source selection techniques, quality assurance, etc. via email no later than 15 October 2007.
 
Place of Performance
Address: 21 Fighter Squadron/Luke AFB/AZ
Zip Code: 85309
Country: UNITED STATES
 
Record
SN01425947-W 20071003/071001223232 (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.