Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 21, 2008 FBO #2552
SOURCES SOUGHT

15 -- This is a Sources Sought Synopsis announcement/market survey for information only. This AMENDED synopsis changes the original synopsis from a ten (10) year requirement to a five (5); and will be used for planning purposes.

Notice Date
11/19/2008
 
Notice Type
Sources Sought
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
Department of the Army, U. S. Army Materiel Command, U.S. Army Aviation and Missile Life Cycle Management Command (Aviation), US Army Aviation and Missile Command (Aviation), ATTN: AMSAM-AC, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
 
ZIP Code
35898-5280
 
Solicitation Number
W58RGZ-FIXEDWING-LCCSAMD01
 
Response Due
12/1/2008
 
Archive Date
1/30/2009
 
Point of Contact
Kim.L.Gillies, 256-842-7500<br />
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought Synopsis announcement/market survey for information only. This AMENDED synopsis changes the original synopsis from a ten (10) year requirement to a five (5); and will be used for planning purposes. No proposals are being requested or accepted with this synopsis. This is NOT a solicitation for proposals, and NO contract shall be awarded based on the information received from this synopsis. No reimbursement shall be made for any costs associated with providing information in response to this synopsis or any follow up information requests. The procurement of LCCS services for the C-12, RC-12 and UC-35 aircraft, for the United States Army, United States Army Reserves and the United States Army National Guard (USARNG). The LCCS will be for approximately 190 aircraft consisting of C-12, RC-12, and UC-35 aircraft. These aircraft will support the active Army, Army Reserves and the ARNG with movement of essential cargo and personnel to support peacetime and contingency operations from regional conflicts to global war. The Navy also has two UC-35 aircraft that will be included in the contract. Additional mission roles of these aircraft include transportation of key command and staff personnel. During contingency operations, the C-12 and UC-35 aircraft contribute to intra-theater transportation requirements and support mobilization and deployment operations. The RC-12 mission is a corps level technical airborne signal intelligence (SIGINT) collection/location system for non-communication (ELINT) and communication (COMINT) intercept real time reporting to the tactical commander. The C-12 aircraft, manufactured by Raytheon Aircraft Company (RAC) (formerly Beech Aircraft Corporation), is a high-performance, fixed-wing, T-tail, pressurized, twin engine turboprop that accommodates places for a pilot, co-pilot, and passengers. The C-12 is powered by two Pratt and Whitney PT6A-41/42/65/67 turbo prop engines. The Armys C-12 aircraft fleet is similar to the Beech King of the A200CT Super King Air (Normal Category) and the RC-12 D/H/K/N/P/Q series aircraft are a derivative of the Beech Model A200CT Super King Air (Restricted Category), operated under FAA Type Certificate A24CE. The RC-12 series aircraft is a Special Electronic Mission Aircraft (SEMA) powered by two Pratt and Whitney PT6A-41/67 turbo prop engines. The UC-35 aircraft, manufactured by Cessna, is a commercial fixed-wing airplane capable of providing medium range transport for Government personnel and equipment. The UC-35 is powered by two Pratt and Whitney JT15D/PW 535 jet engines. The Armys current C-12/RC-12/UC-35 LCCS contract will expire in 31 Jan 2010. The current LCCS contract was awarded under full and open competition. Applicable Conditions: Logistics support will apply as follows: A transition period will begin at contract award and continue for 60 days. Full maintenance responsibility on the C-12, RC-12 and UC-35 will commence 60 days after contract award. The full LCCS for the C-12, RC-12 and UC-35 aircraft must include both on and off site maintenance, depot, a full range of repair parts, logistics services and a full range of maintenance support equipment. The key performance parameters are Safety of Flight and aircraft readiness, to insure that: (1) The aircraft is maintained at a minimum of 80% Mission Capable (MC) rate, by aircraft. (2) Aircraft maintenance complies with FAA, OEM, and AMCOM approved standards. The Contractor shall meet all applicable Federal Aviation Administration (FAA) Original Equipment Manufacturer (OEM) and Federal Aviation Regulation (FAR) parts. This contract will contain Firm Fixed Price and Cost Reimbursable contract line items. These aircraft are commercial items or commercial derivatives. The Government expects significant competition from commercial sources. Expected contract award will be early 2010. This will be a base year contract with four (4) one year options. This is a Sources Sought Synopsis announcement/market survey for information only. This AMENDED synopsis changes the original synopsis from a ten (10) year requirement to a five (5); and will be used for planning purposes. No proposals are being requested or accepted with this synopsis. This is NOT a solicitation for proposals, and NO contract shall be awarded based on the information received from this synopsis. No reimbursement shall be made for any costs associated with providing information in response to this synopsis or any follow up information requests. All responses should be submitted in writing to kim.gillies@peoavn.army.mil or Department of the Army US Army Contracting Command AMCOM Contracting Center Bldg 5309; Attn: AMSCC-AVM-AR-C/ Gillies REDSTONE ARSENAL, ALABAMA 35898-5280
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=07e39968ebff58d385901f6a850f807e&tab=core&_cview=1)
 
Place of Performance
Address: US Army Aviation and Missile Command (Aviation) ATTN: AMSCC-AVM-AR-C/Gillies Redstone Arsenal AL<br />
Zip Code: 35898-5280<br />
 
Record
SN01707467-W 20081121/081119215938-07e39968ebff58d385901f6a850f807e (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.