Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 31, 2008 FBO #2257
SOURCES SOUGHT

J -- Organizational Level Maintenance and RESET Support for United States Marine Corps Aircraft

Notice Date
11/1/2007
 
Notice Type
Sources Sought
 
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, UNITED STATES
 
ZIP Code
20670
 
Solicitation Number
Reference-Number-301-757-3073
 
Response Due
12/7/2007
 
Point of Contact
Gregory Lee, Contract Specialist, Phone (301) 757-9056, Fax 301-757-2526, - Maggie Hayden-Stone, Team Lead/Contract Specialist, Phone (301) 757-9742, Fax (301) 757-9046
 
E-Mail Address
gregory.lee@navy.mil, margaret.hayden-ston@navy.mil
 
Small Business Set-Aside
Partial Small Business
 
Description
Naval Air Warfare Center Aircraft Division (NAWCAD) is seeking sources to perform Organizational Level Maintenance in support of the Marine Corps RESET Project. Support is required for the following Marine Corps Aircraft: AV-8B, FA-18A+/C/D, EA-6B, C-130J, AH-1W/Z, UH-1N/Y, CH-46E, CH-53D/E and MV-22. Support will be required both inside and outside the Continental United States (CONUS) at the following locations: Marine Corps Air Station (MCAS) Camp Pendleton, CA; MCAS Miramar, CA; MCAS Yuma, AZ; MCAS Cherry Point, NC; MCAS New River, SC; MCAS Beaufort, SC; MCAS Kaneohe, HI; MCAS Futenma, Okinawa Japan; Al Asad, Iraq. Services may also be required at other OCONUS locations in support of the Global War on Terror (GWOT). The primary goal of the Marine Corps RESET Project is to maintain each of the aircraft identified above in its optimal material condition. In order to achieve this goal, the RESET Project will employ a special program of Conditional Inspections and Phased Maintenance which will include inspection, cleaning, corrosion treatment, servicing, disassembly, reassembly, repair and select mandatory replacement of parts. This program will feature three distinct RESET events for each aircraft: (1) A PRESET, which will be performed on all aircraft leaving for the Global War on Terror (GWOT), in order to establish the material condition of the aircraft at an optimal level prior to deployment; (2) A RECONSTITUTION, which will be performed on all aircraft returning from the GWOT, in order to re-establish the material condition of the aircraft at an optimal level; (3) IN THEATRE SUSTAINMENT which will be performed as needed on all deployed Aircraft in GWOT operations, in order to maintain the material condition of the aircraft at the level that was established during the PRESET. These events will be performed according to a set schedule, although some variability in this schedule is expected because of the exigencies of the battlefield and the needs of the operational units in question. A secondary goal of the RESET Project is for the contractor to reduce the maintenance burden on Organizational Level Marines by performing general Organizational Level Maintenance when not engaged in activities to support the RESET events outlined above. The Government anticipates releasing a single solicitation from which multiple IDIQ contracts will be awarded. Requirements in the solicitation will be divided on an aircraft platform by aircraft platform basis. The Government may award as few as one (1) or as many as nine (9) contracts and anticipates that portions of this requirement will be subject to Full and Open Competition, and small business and 8(a) competitions only. The Government anticipates that this effort shall be awarded on a predominantly Fixed Price Incentive Firm (FPIF) basis, though the contract shall contain some Cost-Plus or Time and Material elements to address the secondary goal outlined above. The Government will make final decisions on the set-asides based on market research and responses from this Request for Information (RFI), as well as other procurement and program related criteria. Interested parties are requested to provide information on their ability to satisfy any or all of the requirements outlined above. Information should be provided by electronic mail to Mr. Gregory Lee at gregory.lee@navy.mil, with a copy to Ms. Rita Pegg at rita.pegg@navy.mil. At a minimum, responses should include company name, size of business, point of contact (including telephone number, facsimile number and e-mail address), and a list of contracts within the past five (5) years under which the interested party has performed the same or similar work. The deadline for submission of information is 7 Dec 07 at 2:30 pm. This information is being requested for purposes of market research. The Government will use this information to develop a list of potential bidders which will be published at a later date. Questions concerning this notice should be submitted to Mr. Gregory Lee with a copy to Ms. Rita Pegg at the email addresses cited above. Telephone requests for information WILL NOT be accepted. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (01-NOV-2007). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 29-JAN-2008, 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.fbo.gov/spg/DON/NAVAIR/NAVAIRHQ/Reference-Number-301-757-3073/listing.html)
 
Place of Performance
Address: See Description paragraph above.
Zip Code: 20670
Country: UNITED STATES
 
Record
SN01495441-F 20080131/080129231842 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.