Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 01, 2009 FBO #2624
SOLICITATION NOTICE

J -- T-39/SH-60/AIMD (NAVY) and T-1/T-6 (AIR FORCE) Contractor Logistics Support

Notice Date
1/30/2009
 
Notice Type
Modification/Amendment
 
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, United States
 
ZIP Code
20670
 
Solicitation Number
N00019-08-R-0082
 
Response Due
2/13/2009 3:00:00 PM
 
Point of Contact
Kevin L Deal,, Phone: (301) 757-3066, Maryellen K Lyons,, Phone: 301-757-5246
 
E-Mail Address
kevin.l.deal@navy.mil, maryellen.lyons@navy.mil
 
Small Business Set-Aside
N/A
 
Description
PLEASE SEE THE NAVAIR OPEN SOLICITATION WEBSITE REFERENCED BELOW FOR CURRENT INFORMATION REGARDING THIS SOLICITATION WHICH HAS BEEN COMBINED WITH THE UNITED STATES AIR FORCE REQUIREMENT (FA3002-08-R-0017). THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine the adequacy of potential business sources prior to determining the method of acquisition and issuance of a Request for Proposal. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. Additionally, this announcement in no way commits the Government to issue a solicitation. The requested information is to assist the United States Navy in conducting market research of iIndustry capabilities to determine potential Contractors who have the assets, skills, experience, qualifications and knowledge required to support the above requirements. This requirement is subject to change and the information provided below is for informational purposes only. The final requirement, if any, would be defined under a formal Request for Proposal which would be announced on FedBizOps. The Naval Air Systems Command, Patuxent River, Maryland, Program Office, PMA-273, is seeking firms capable of providing all maintenance and logistics support requirements for organizational, intermediate and depot level maintenance required to support and to maintain a total of twenty (20) T-39G/N aircraft, provide organizational and limited intermediate level maintenance for two (2) SH-60F helicopters, operate the AIMDs at Pensacola, FL and Corpus Christi, TX in support of multiple aircraft and tenant commands at these locations, and provide organizational level maintenance for the USAF T-1A and T-6A fleets at Pensacola, FL (43 aircraft total). The North American Industry Classification System (NAICS) code applicable to this requirement is 488190, Other Support Activities for Air Transportation, with a size standard of $7.0M. The Solicitation number is N00019-08-R-0082. General performance requirements: The T-39G/N will be maintained and supported in accordance with best commercial practices, FAA Regulations, OEM Requirements, and Navy Unique requirements such as those found in the CNAFINST 4790.2 series. Maintenance and support will include on and off-site support to include detachments and recovery of aircraft as necessary. T-39G/N models will be predominantly flown by Contractor supplied pilots to complete the UMFO training syllabus as determined by CNATRA. Depot level overhaul/repair and emergency repairs for the T-39G/N and respective engines (JT-12) will be performed. Commercial and Government-owned parts will be used. It is anticipated during the course of this contract that aircraft drawdown and/or divestiture may occur. The SH-60F will be maintained and AIMD will be operated in accordance with CNAFINST 4790.2 series. The SH-60F will be utilized for SAR operations as well as water survival training. It is anticipated during the course of this contract that a transition from SH-60F to SH-60S may occur. The T-1 and T-6 will be maintained and supported in accordance with AFI 21-101 and AFI 21-101_AETCISUP1 for approximately 21 T-1s (20 PAI and 1 BAI) and 22 T-6 (21 PAI and 1 BAI) aircraft with an estimated 25,300 flying hours annually. It is requested that interested businesses submit to the contracting office a brief capability statement package demonstrating ability to perform the effort described above. Please include in your response a short statement of your company’s ability/history with this type, size, and complexity of effort; point of contact information (name, telephone number, email address) of a company representative; company business size; and company address. The total capability submission should be no more than ten (10) pages. This request is for informational purposes only. The Government does not intend, nor is under any obligation, to provide responses or comments on the requested capability statement package. Written responses, either via email or fax, must be submitted by 3:00 p.m. 13 February 2009, to Naval Air Systems Command Headquarters, 21983 Bundy Road, Bldg 441, Attn: Kevin Deal, AIR-2.2.4.1.7, Patuxent River, MD 20670 (fax: 301-757-2628, email: kevin.l.deal@navy.mil). Additionally, draft Performance Work Statements (PWS) for this effort are available at the NAVAIR Open Solicitations Website (http://www.navair.navy.mil/doing_business/open_solicitations/) under solicitation number N00019-08-R-0082. The draft PWS documents are being issued to obtain industry feedback and give interested parties the opportunity to provide comments on this effort. Interested parties should review posted document(s) as released and provide any comments via email to this office (kevin.l.deal@navy.mil) by 3:00 p.m. 13 February 2009. Submissions will not be returned. Continue to monitor FedBizOps and the NAVAIR Open Solicitations Website for further information regarding this effort.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=03d09f06de3a1882612a676624639ab1&tab=core&_cview=1)
 
Place of Performance
Address: NAS Pensacola, FL and NAS Corpus Christi, TX, United States
 
Record
SN01741450-W 20090201/090130220543-03d09f06de3a1882612a676624639ab1 (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.