Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 15, 2008 FBO #2272
MODIFICATION

J -- Maintenance & Logistics Support Services for Beech 99 2008 Annual Inspection

Notice Date
2/13/2008
 
Notice Type
Modification
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of Justice, United States Marshals Service, Justice Prisoner & Alien Transportation System, 5900 Air Cargo Road, Oklahoma City, OK, 73159-1198, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
DJMS-08-Q-0015
 
Response Due
2/20/2008
 
Point of Contact
Larry Park, Contract Specialist, Phone 405/680-3424, Fax 405/680-3466
 
E-Mail Address
larry.park@usdoj.gov
 
Small Business Set-Aside
Total Small Business
 
Description
The Justice Prisoner and Alien Transportation System (JPATS) intends to award a commercial, firm-fixed price (FFP) contract for the purposes of the Government owned Beech 99, turbo prop Aircraft (DOM 1970) Annual Inspection owned and operated by JPATS to include maintenance and logistics. The aircraft is currently being operated and maintained at the JPATS main operational site, Aguadilla, Puerto Rico transporting illegal aliens and prisoners throughout the Caribbean basin. The maintenance and logistics services support required include the replacement of the main wing super spar, all three segments; left, right, and center. The main wing super spar is a flight critical component; the failure of which could have catastrophic consequences, so it is absolutely imperative that this complex replacement, inspection, and subsequent repairs, are performed by experts thoroughly familiar with the inspection requirements who are in possession of, or have the rights too, OEM data and engineering support. This requirement will cause extensive disassembly of the aircraft wing structural components, and subcomponents, resulting in substantial out-of-commission times for the aircraft thus mandating that this requirement be bundled with the accomplishment of the aircrafts normally scheduled annual inspection; to include the accomplishment of non-routine maintenance items identified by the maintenance entity during the accomplishment of the inspection. Qualified vendors must be an approved vendor for the Beech (Raytheon) Aircraft Company. Furthermore, vendors must be approved by the aircrafts original equipment manufacturer (OEM) to perform this main wing super spar replacement on aircraft in this age category, and must have possession of the required OEM engineer drawings showing allowable dimensions, clearances and tolerances of flight critical wing super spar components, and must possess the unique, tools, test sets, facilities, equipment, and jigs required for inspection accomplishment. Qualified respondents to the impending solicitation must provide detailed and concise information in their own format and in sufficient detail for the Government to make a determination if they can be considered as a qualified source. A Statement of Work and Technical Requirement/Work Package will be provided with the resulting solicitation. The performance will be for a 3 month period from the date of award. The applicable North American Industry Classification System (NAICS) code is 811310, with a size standard $6.5 million dollars. The procurement will be a total small business set-aside. Request for Quote (RFQ) No. DJMS-08-Q-0015 will be available on Federal Business Opportunities (FedBizOpps) on or about 13 Feb 08 and responses will be due 20 Feb 08. The RFQ will be posted in its entirety at the FedBizOpps website. No hard copies of the solicitation will be issued and electronic proposal submissions will be accepted. Only proposals from qualified responsible vendors, to perform the maintenance requirements will be considered. The Government has the sole discretion as whether or not a potential vendor is qualified. NOTE: Contractors proposing on the solicitation must be registered in the Central Contractor Registration (CCR) database to be eligible for award or payment. The CCR database may be accessed via the internet at http://www.ccr.gov. All responses must be submitted by facsimile; 405-231-4531 or by email to the point of contact mark.melendez@usdoj.gov. All interested sources will be required to submit their proposal responses electronically to the point of contact; Mark Melendez by the close of business, 3:00 PM CT, February 20, 2008. Note 1.
 
Place of Performance
Address: 5900 Air Cargo Road, Oklahoma City, Oklahoma
Zip Code: 73159-1198
Country: UNITED STATES
 
Record
SN01507841-W 20080215/080213223715 (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.