Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 23, 2010 FBO #3072
SOURCES SOUGHT

15 -- Draft Solicitation FA810610R0013 supersedes E9CLSSOURCESSOUGHT originally posted 02 Feb 09; and Draft Solicitation FA810610R0008 originally posted 23 Dec 09. - Pre-Solicitation Conference - E-9_CLS_Draft_RFP

Notice Date
4/21/2010
 
Notice Type
Sources Sought
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, Tinker OC-ALC - (Central Contracting), 3001 Staff Drive, Ste 1AG76A, Tinker AFB, Oklahoma, 73145-3015
 
ZIP Code
73145-3015
 
Solicitation Number
FA810610R0013
 
Point of Contact
Teresa DeLand, Phone: (405)734-8373, Michael E Kehoe, Phone: 405-582-1410
 
E-Mail Address
teresa.deland@tinker.af.mil, Michael.Kehoe@tinker.af.mil
(teresa.deland@tinker.af.mil, Michael.Kehoe@tinker.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Draft RFP F3460110R0013 Appendix A PWS Appendix F E-9 Performance Plan Attachment 5 Wage Determination Attachment 4 Evaluation Factors Attachment 3 ITO Attachment 2 Parts Usage Attachment 1 Pricing Matrix Appendix E Support Equipment Appendix D Reports Appendix C Safety Secifications Appendix B GFP Pre-Solicitation Conference Registration This draft RFP deletes the requirement for mission system operators and further clarifies the remaining requirements. Additionally this draft answers all outstanding vendor questions and should be reviewed in its entirety. Questions and comments in regards to this draft RFP should be sent in writing to Contracting Officer, Teresa DeLand, teresa.deland@tinker.af.mil, by 17 May 2010. All questions and answers will be posted to this website with non-attribution. NOTE: All information is subject to change before the official RFP. The U.S. Air Force through the Oklahoma City Logistics Center (OC-ALC),727 ACSG is seeking sources that may be capable of providing Contractor Logistics Support (CLS) of the E-9 Weapons System. CLS support includes maintenance and supply services for the aircraft, mission systems, and support equipment. The requirement also includes modifications, engineering services and mission system backshop maintenance. Normal utilization is estimated to be a fleet average of 650 hours per year. The purpose of this document is to convey the scope and type of contract performance required for Contractor Logistics Support of the E-9 aircraft. The E-9 is a derivative of the deHavilland Aircraft Corp of Canada Dash-8 Model 102 aircraft. The E-9 is a fixed-wing, T tail, pressurized, twin turboprop engine aircraft, powered by two Pratt & Whitney PW120 engines. The mission of the aircraft is to accomplish sea surveillance coverage to locate and provide a clear "shoot area" and provide for the relay of radio frequency transmissions between airborne mission vehicles (service and support aircraft, missiles, and drone targets) and ground-based sites. Normal crew is two pilots and two system operators. An alternate passenger configuration is approved for emergency hurricane evacuations. The primary mission systems are: a) Sea Surveillance Radar (SSR) & High Frequency (HF) Relay b) Telemetry Relay System (TMRS) c) Drone Control & Relay System/Data Link System (DLS) d) UHF Relay System The contractor shall ensure the required functions are accomplished as follows: 1. Contractor Care of Government Furnished Facilities- The contractor shall clean their assigned facilities to maintain a neat, orderly and safe working environment free of fire and safety hazards 2. Contractor Technical Library- The contractor shall organize and maintain a contractor technical library to sustain the tasks defined in this Performance Work Statement 3. Maintenance Services- a) The contractor shall provide all maintenance for the E-9 fleet IAW Air Force Policy Directive (AFPD) 62-5, Code of Federal Regulations (CFR) Title 14 Part 145, and CFR Title 14 Part 135 Subpart J, 135.411 (a)(2), with the exception of 135.422 with any deviation to be approved by the USAF, while maintaining the type certificate for the E-9 aircraft. b) The contractor shall ensure all reporting requirements of CFR Title 14 CFR Part 135.411 (a) (2), with the exception of 135.422 are forwarded to 545 ACSS/GFLM, not the Federal Aviation Administration (FAA). 4. Organizational Level Maintenance- a) The contractor shall perform all organizational level maintenance to the E-9 fleet. b) Weekly Maintenance and Operations Scheduling Meetings- The contractor site supervisor shall attend and provide aircraft status updates to support weekly maintenance and flying scheduling meetings with the Government. c) Life Support Services- The contractor shall maintain the E-9 life support system, subsystems and components. 5. Depot Level Maintenance Services - a) The contractor shall provide all required depot level maintenance. b) The contractor shall accomplish depot maintenance at an FAA-certified repair station IAW CFR Title 14, Part 145 with appropriate ratings for the work being performed. c) The contractor shall assess aircraft condition and maintenance requirements upon induction into depot and develop a schedule for completion of work and delivery of the aircraft. 6. Weight and Balance - The contractor shall weigh the aircraft at least once every 36 months or anytime aircraft modifications, complete aircraft repaint, or repairs are accomplished without calculation or actual weight and moment data are not available. 7. Supply Support Services - a) The contractor shall furnish all material, parts and components for CLS of the E-9 aircraft except for Government Furnished Property (GFP) which will be listed in the Request For Proposal b) The contractor shall furnish all spares with FAA Airworthiness Certification. c) The contractor shall provide quarterly Petroleum, Oil and Lubricant (POL) requirements to the Government. d) The contractor shall develop and deliver a Spare Parts Usage Report of all direct material used in the performance of the contract. 8. Supply Support Rate- The contractor shall develop and deliver a Status Report for MC, NMCS, and Schedule Effectiveness Rates. 9. Cannibalization - The contractor shall verbally inform site QAR of all site level cannibalization actions within one (1) workday, with affected aircraft tail numbers, parts cannibalized, and projected date replacement parts will be received, and the. 10. Aircraft Maintenance Management System - The contractor shall utilize a commercially available or developed computer based aircraft maintenance management system that provides maintenance scheduling, configuration control, failure trend analysis, cannibalization actions, and current status for each aircraft with reporting capability. The contractor shall update the system with aircraft status twice daily at 0600 and 1800 local. The contractor shall ensure the aircraft maintenance management system is Internet based with 24 hours a day, seven (7) days a week access by the Government. 11. Aircraft and Maintenance Forms - The contractor shall maintain component, engine, and aircraft maintenance records 12. Maintenance, Modification, and Repair Services - The contractor shall, upon the removal, disassembly, inspection, repair, replacement, adjustment, modification, test, assembly and installation of components, accessories and equipment, conform to the E-9 and other T.O.s, directives. 13. Support Equipment - The contractor shall furnish and maintain all support, test, fault and isolation equipment. The contractor shall provide, maintain, and calibrate all equipment. The contractor shall maintain SE to support the aircraft, to include launch, recovery, and maintenance 14. Aircraft Appearance Standards - The contractor shall match all repaired or replaced items to the existing color and texture of the installed components to meet OEM specifications for all repaired or replaced items. The contractor shall repair or replace damage or defects due to fair wear and tear. The contractor shall ensure all delayed discrepancies are repaired during the next scheduled phase inspection. 15. Appearance - a) Interior Appearance - The contractor shall clean and repair the interior b) Exterior Appearance - The contractor shall accomplish the following: 1.) The contractor shall wash and clean the exterior of the aircraft to include the landing gear wells every 30 days. 2.) The contractor shall replace exterior placards and labels when they become damaged, worn, torn, unreadable, or begin to peel, NLT next scheduled phase inspection. 3.) The contractor shall repaint or touch-up any painted area that exposes bare metal NLT the next scheduled phase inspection. 16. Mission Planning - a) Daily Mission Requirements 1.) Normal Duty Hours - The contractor shall support scheduled operations Monday through Friday. Contractor shall support daylight missions; however, the schedule may occasionally be adjusted to accommodate night missions. Other times and tasks may be coordinated with the contractor site supervisor. Infrequent short-notice tasks may require the contractor to support outside-stated-normal operations and shall be considered within the scope of this PWS. When possible, the Government will provide 24-hour notification to the contractor to advise when support is required outside normal operating hours. 2.) Preflight/Postflight Requirements - The contractor shall have the aircraft preflighted, serviced, and located at the launch spot with an aircraft ground power unit not later than 30 minutes prior to scheduled take-off time. The contractor shall park and receive aircraft and debrief the aircrew; and perform appropriate postflight inspections, aircraft and latrine servicing, and correction of discrepancies. b) Daily Recovery Criteria, Marshaling, and Debrief - The contractor shall perform daily aircraft recovery and marshaling IAW AFI 11-218. The contractor shall conduct a maintenance debrief with the aircrew at the aircraft. c) Weather Evacuation - The contractor shall provide mission ready aircraft, in the alternate passenger configuration, to support unit weather evacuation. 17. Aircraft Requiring One-Time Flight Authorization to Depot - The contractor shall coordinate the need for a one-time ferry flight authorization with the Government when the contractor determines that an aircraft must be flown to a depot facility for repair. The contractor shall notify the Government in writing of ferry flight requirements to include aircraft tail number and operational restrictions. The contractor shall provide a tentative schedule, at least two (2) input and delivery date options, for induction of aircraft into depot. The contractor shall accomplish Government requirements to prepare the aircraft for ferry flight, on location, prior to release of the aircraft for flight. The contractor shall document aircraft forms with work accomplished showing aircraft is released for ferry flight to depot. 18. Corrosion Prevention and Control - The contractor shall inspect the aircraft, interior and exterior, for corrosion during full strip and paint, phase inspections, and during other maintenance inspections and rework operations. a) Functional Check Flight (FCF) - The contractor shall accomplish FCF profile briefings 19. Mission System Maintenance Support - The contractor shall be responsible for the troubleshooting and repair of all mission equipment including on and off (backshop) equipment repairs. In cases where no source of repair can be found for an item the contractor shall be responsible for repair down to the lowest level, e.g. component on a circuit card assembly. If an item is not repairable or no longer available the contractor shall be responsible for modification and recertification of the item as necessary. When feasible such modifications will be form, fit, and function replacements. a) Telemetry Relay System (TMRS) Maintenance Support b) TMRS Repair Capability c) Component Repair - Parts, LRUs or components shall be repaired and maintained in a serviceable and properly configured condition to effectively support daily operations. Contractor shall determine whether vendor depot or in-house repair will be required; show evidence of FAA certification or a Certificate of Conformance (COC) for parts repaired by the LSC; and shall ensure that system component performance is maintained. d) Spares - TMRS spares will be provided by the government and maintained by the contractor. 1.) Inter-Range Instrument Group Standards (IRIG) - The contractor shall sustain the preventative maintenance program that ensures the E-9 telemetry antenna, receiving, retransmission, and recording systems meet the IRIG standards and Range Commanders Council (RCC) documents. A link to these documents will be made available in the RFP. 2.) Telemetry Software - The contractor shall maintain the TMRS operational software in its current configuration; and the contractor shall not alter, modify, or correct the resident software coding documentation without written approval from the Program Office. The contractor may reproduce copies of the operational software for use in troubleshooting, system or test purposes. 3.) Mission System Support Equipment Maintenance - The contractor is responsible for custody, maintenance, and calibration of mission SE. The contractor shall be responsible for developing and maintaining a written scheduled maintenance and periodic calibration plan for all support equipment, which will ensure availability of serviceable equipment at all times. All maintenance and calibration procedures shall be IAW approved FAA, Inter-Range Instrument Group (IRIG), or applicable OEM standards.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA810610R0013/listing.html)
 
Place of Performance
Address: Tyndall AFB, FL, Tyndall AFB, Florida, 32403, United States
Zip Code: 32403
 
Record
SN02128165-W 20100423/100421234827-99f2ea0eb56d254b3e74234029f5b602 (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.