Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 09, 2009 FBO #2721
SPECIAL NOTICE

J -- Request for Information - Sources Gulfstream C-37A

Notice Date
5/7/2009
 
Notice Type
Synopsis
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
HU25, HH65, H60J, C130, ESD, IOD, ISD, CASA or ALD Elizabeth City NC 27909-5001
 
ZIP Code
27909-5001
 
Solicitation Number
slpeele
 
Response Due
5/18/2009
 
Point of Contact
Sherri L. Peele, Contract Specialist, Phone 2523356768, Fax 2523356790, - Dorothy B Pelis, Contracting Officer, Phone 252-384-7181, Fax 252-334-5490
 
E-Mail Address
sherri.l.peele@uscg.mil, dorothy.j.pelis@uscg.mil
 
Small Business Set-Aside
N/A
 
Description
The U.S. Coast Guard, Aviation Logistics Center (ALC) is performing market research to determine available sources with the technical capability of providing maintenance and engineering support for the USCG’s Gulfstream C-37A airframe and ancillary equipment in accordance with the following objectives. 1. Fleet Management. a. Provide subscription to CMP Large Cabin Maintenance Program (CMP.net). Provide technical manual revision service for all manuals procured with the aircraft. Revisions shall be mailed as soon as possible after revision date. Publication Revision Service Quantity 1. GV ASCs 1 2. GV CBs 1 3. Ground Service and Handling 1 4. GV Illustrated Parts Catalog – CD 1 5. GV Illustrated Parts Catalog – Hard Copy 1 6. GV Wiring Diagram – CD 1 7. GV Wiring Diagram – Hard Copy 1 8. GV Maintenance Manual – CD 1 9. GV Maintenance Manual – Hard Copy 1 10. GV Flight Crew Library CD 1 11. GV Structural Repair Manual 1 12. GV Technician Pocket Guide 2 13. GV Weight and Balance Manual 1 14. GV Maintenance Library – CD 2 1. GV Flight Manual (FAA) 3 2. GV Operating Manual w/ QRH 3 3. GV Quick Reference Handbook 6 4. GV Flight Crew Library CD 8 2. Supply Support a. Procure (when requested) and issue appearance items and components such as, but not limited to, carpets, other floor coverings, laminates, upholstery, interior wall and ceiling covering materials and the like for the USCG C-37A aircraft. b. Provide for all packing, marking, handling, storage, and transportation tasks including acquisition of materials, necessary to support the USCG C-37A. 3. Field Service representatives (FSR) a. Provide FSRs when requested to CGAS Washington experienced in the C-37A aircraft and its systems, including but not limited to, engine, airframe, electrical and avionics maintenance. b. When requested, provide technical guidance in the resolution of field problems related to installed equipment/systems and provide continued instruction and On-the-Job-Training (OJT) in maintenance and servicing of the C-37A aircraft. c. Provide on-site engineering/technical support, if requested, for accomplishment of repairs or modifications by Government personnel. 4. Technical Engineering Services a. Respond to oral or written inquiries concerning aircraft basic design information, maintenance requirements, flight-test data, performance reliability, modifications, or other problem areas. b. Provide a FAA Designated Engineering Representative (DER) approved structural repair procedure for those discrepancies discovered for which a standard repair does not presently exist in approved technical data. 5. Maintenance Support a. Perform scheduled/unscheduled USCG C-37A on-equipment maintenance that is beyond the capacity/capability of CGAS Washington. b. Perform aircraft modifications and inspections beyond the capacity/capability of CGAS Washington. c. Accomplish pre-planned routine and/or deferred maintenance tasks beyond the capacity/capability of CGAS Washington. d. Accomplish routine, non-routine and/or deferred maintenance tasks beyond the capacity/capability of CGAS Washington in conjunction with Drop-In maintenance. e. Provide complete aircraft strip and repaint, when requested; in accordance with the current CGAS Washington paint scheme and normal commercial practices. f. Provide routine and emergency Field Team Support, when requested, for off-site emergency repairs, crash damage repairs and/or accident/incident investigations, whether inside or outside the continental United States. g. Provide over and above maintenance, when requested, for repair of discrepancies found as a result of inspections, additional work discovered while performing routine or non-routine work, over and above heavy maintenance, corrosion control, modifications resulting from customer bulletins/aircraft service changes/airworthiness directives, and engine component repairs. h. Perform all off-equipment maintenance when requested to include landing gear overhaul inspection. i. When requested, assist CGAS Washington in obtaining a limited off-equipment maintenance capability to include, but not limited to: 1) Bench checking of selected LRUs 2) Structural repair capability 3) Interior refurbishment 4) Strut removal and replacement A firm fixed price and labor hour requirements contract is being contemplated. The company must be an authorized Gulfstream Service Center. A summary description shall be submitted that details the technical capability of the company to perform the objectives. In addition submit maintenance terms and conditions used as standard industry practice to include contract period of performance. The applicable North American Industrial Classification Code (NAICS) is 488190 and the small business size standard is $7.0 million. A set-aside determination has not yet been made. Interested parties shall submit their business size and shall include any applicable preference program (i.e. 8(a), HUBZone, Service Disabled Veteran Owned, Small Business). Responses are due no later than May 18, 2009 by 4:00pm DST and may be submitted via email sherri.l.peele@uscg.mil or facsimile 252-335-6790. Questions concerning this sources sought notice may be directed to Ms. Sherri Peele 252-335-6768. This notice is for informational and market research purposes only. This synopsis does not commit the Government to contract for any supply or service. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website http://www.fbo.gov/. It is the responsibility of the potential respondents to monitor these sites for additional information pertaining to this potential requirement. The information provided in this sources sought synopsis is subject to change and is not binding on the Government. The release of this sources sought synopsis should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. Respondents are advised that the Coast Guard will not pay for any information or administrative cost incurred in response to this sources sought synopsis. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (07-MAY-2009); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/DHS/USCG/USCGARSC/slpeele/listing.html)
 
Place of Performance
Address: TBD
Country: US
 
Record
SN01811582-F 20090509/090508101103 (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.