Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 09, 2008 FBO #2356
DOCUMENT

J -- C-40A Contractor Logistics Support - Draft C-40A CLS Performance Work Statement

Notice Date
5/7/2008
 
Notice Type
Draft C-40A CLS Performance Work Statement
 
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, Maryland, 20670
 
ZIP Code
20670
 
Solicitation Number
NAVAIR_C40_CLS_PMA207
 
Response Due
5/21/2008
 
Point of Contact
Christine N Hill,, Phone: 301-757-7101, James M Smith,, Phone: (301)757-5911
 
E-Mail Address
christine.hill@navy.mil, james.m.smith@navair.navy.mil
 
Small Business Set-Aside
N/A
 
Description
This announcement constitutes a Sources Sought Synopsis. This is NOT a Request for Proposals. The following information is provided to assist the United States Navy in conducting a Market Research of Industry to determine potential contractors that have a interest in providing Contractor Logistics Support (CLS) or Performance Based Logistics (PBL) for the Navy’s nine C-40A aircraft beginning August 2009. It is possible that the fleet size could grow by eight aircraft through Fiscal Year 2014. The C-40A aircraft are Federal Aviation Administration (FAA) 14 Code of Federal Regulations (CFR) 121/145 Category Airworthiness certified, Boeing commercial-derivative (737-700) cargo/transport aircraft that has been modified with Navy required items. The C-40A aircraft shall be operationally supported as organic organizational level and commercial depot level, with the option to transition to a combination (mixed) organic and commercial organizational maintenance or total commercial organizational maintenance. In order to maintain FAA Certifications, all maintenance must be performed to 14 CFR 121 standards; all avionics systems and components must be installed and maintained in accordance with the manufacturer’s specification as delineated in 14 CFR Part 43 and repaired by a certified 14 CFR Part 145 Repair Facility; and offerors must be able to provide, or have access to, a Federal Aviation Regulations Part 121 Commercial Parts pool. The CLS services shall consist of, but are not limited to: 1) Site Activation (future proposed sites Naval Air Station Oceana, VA and Naval Air Station Whidbey Island, WA); 2) Site Support at Naval Air Station Joint Reserve Base Fort Worth, Fort Worth, TX and Naval Air Station Jacksonville, FL; NAS North Island, CA. 3) Inventory management and support to include tracking and control of Government and Contractor –owned inventory (serially controlled parts, C-40A Unique parts, Auxiliary Power Units, landing gear and control services, provide consumables and expendables, etc.); 4) Depot Level Support (scheduled and unscheduled); 5) Drop-In Maintenance; 6) Component Repair and Overhaul of Government/Contractor –owned Inventory; 7) Contractor Field Teams; 8) Replacement of Government/Contractor–owned Inventory; and 9) Engine Condition Monitoring. 10) Trend analysis to include at a minimum, failure rates and cost drivers. Each offeror will be required to obtain a Boeing License Agreement and a notification letter from The Boeing Company authorizing the release of Boeing’s proprietary data to the offeror for the maintenance and repair of Boeing designed aircraft (737-700 / C-40A Aircraft). The Government’s intent is to release a draft Request For Proposal (RFP) around August 2008 shortly before an “Industry Day” event. A final competitive RFP is planned for release around mid-December 2008, with a goal to award a basic contract plus four twelve month option periods, from August 2009 through August 2013. The Government requests that potential offerors provide feedback on the use of either FAR Part 12 commercial or FAR Part 15 contracting methods for this pending requirement. In addition, attached is a draft C40A Contractor Logistics Support Performance Work Statement for potential offerors to review and provide comment to the Government. The Government does not intend to contract on the basis of this request or otherwise pay for the information solicited. Any company that would like the Government to consider their CLS/PBL capabilities for the future procurement of this requirement should express their interest in writing. Please provide a description of its capabilities, qualifications, and a point of contact including telephone number and address. Written and/or electronic responses should not exceed 10 typed pages and must be received by 21 May 2008, to Naval Air Systems Command, 47123 Buse Road, Unit #IPT, BLDG 2272, Rm. 256, ATTN: Christine N. Hill, C-40 Program (AIR-2.4.3.1.7), Patuxent River, MD 20670-1547. Submissions will not be returned.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=0634ff9f2178bb0ac8c9d2278bf26fe0&tab=core&_cview=1)
 
Document(s)
Draft C-40A CLS Performance Work Statement
 
File Name: Draft C-40A CLS Performance Work Statement. Subject to revisions prior to final release of Request For Proposals. (C40 Draft PWS 50708R1.doc)
Link: https://www.fbo.gov//utils/view?id=b9e0137ceb8f2f91ae7e4fda37005f10
Bytes: 281.00 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Naval Air Station Joint Reserve Base Fort Worth, Fort Worth, TX and Naval Air Station Jacksonville, FL; NAS North Island, CA. Future proposed sites Naval Air Station Oceana, VA and Naval Air Station Whidbey Island, WA, United States
 
Record
SN01568382-W 20080509/080507215958-0634ff9f2178bb0ac8c9d2278bf26fe0 (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.