Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 30, 2010 FBO #3170
SOURCES SOUGHT

J -- TH-57 Contractor Logistics Support

Notice Date
7/28/2010
 
Notice Type
Sources Sought
 
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
N00019-10-R-0097
 
Archive Date
8/27/2010
 
Point of Contact
Christa McCarthy, Phone: (301) 757-6584, Noelle D Reimers, Phone: 301-757-5231
 
E-Mail Address
christa.mccarthy@navy.mil, noelle.reimers@navy.mil
(christa.mccarthy@navy.mil, noelle.reimers@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine the adequacy of potential business sources, especially small 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. Any information submitted by respondents to this technical description is strictly voluntary. Responses in any form are not offers and the Government is under no obligation to issue a solicitation or award a contract as a result of this announcement. The requested information is to assist the United States Navy in conducting Market Research of industry to determine potential business sources who have the assets, skills, experience, qualifications and knowledge required to support the below requirement. 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 FedBizOpps. This work is currently being performed under Indefinite Delivery Requirements contract number N00019-05-D-0023. L-3 Communications Vertex Aerospace LLC is the incumbent contractor. The NAVAIR Freedom of Information Action (FOIA) website is available at http://foia.navair.navy.mil. The Naval Air Systems Command, Patuxent River, Maryland, Naval Undergraduate Flight Training Systems Program Office (PMA 273) is seeking businesses capable of providing Organizational (O), Intermediate (I), and limited Depot (D) level maintenance/repair of approximately 124 aircraft TH-57B/C/D at NAS Whiting Field, Milton, FL and Depot overhaul of the TH-57B/C/D aircraft and their engines. General performance requirements include maintaining and supporting the TH-57B/C/D aircraft in accordance with best commercial practices, FAA Regulations, OEM Requirements, and Navy Unique requirements. Commercially procured and Government-owned parts and material will be used. The contractor repair facilities are to be certified by the Federal Aviation Administration (FAA) under Federal Aviation Regulation (FAR) Part 145 and approved by the OEMs. Replacement parts and life-limited components are to be procured via FAA certified sources. Two TH-57C aircraft are operated at the Naval Air Warfare Center (NAWC), Squadron HX-21, Patuxent River, MD. These helicopters perform utility, training and photo-chase missions. The single most important contractor performance criterion is providing safe, flyable aircraft. The contractor is to be responsible for integrating the maintenance plan requirements to meet the Government daily aircraft requirement. The contractor's management is to be structured to ensure that aircraft are maintained to achieve maximum utilization of all assets. The TH-57 helicopter is a five-seat aircraft designed by Bell Helicopter Textron, Inc. with a turbo shaft 250-C20 engine manufactured by Rolls-Royce. The TH-57 is commercially known as the "Bell Jet Ranger." The mission of the TH-57 aircraft is to provide primary and advanced flight training for student aviators. The primary flight syllabus teaches the fundamentals of helicopter flight including day/night familiarization and navigation. The advanced syllabus includes tactics, instruments and deck landing qualifications on a Navy Helicopter Landing Trainer. This effort consists of the following functional categories: • Aircraft Maintenance Requirements • On-Site, Off-Site, Detachment Maintenance • Property Management • Quality Assurance • Conditional Maintenance • Engineering Support Services • Satellite Site Material Support • Aircraft familiarization/cross country servicing and securing training The contractor is to have a system to manage (control, use, preserve, protect, repair and maintain) Government property in its possession. In doing so, the Contractor will initiate and maintain the processes, systems, procedures, records, and methodologies necessary for effective control of Government property, consistent with voluntary consensus standards and/or industry-leading practices and standards for Government property management except where inconsistent with law or regulation. The contractor is to provide specialized maintenance functions such as crash damage repair, component repair/overhaul, and engine repair and/or overhaul (directly or through the use of subcontractors). The contractor will also provide modifications to the airframe, systems and/or components (directly or through the use of subcontractors). The contractor will perform servicing, inspections, repair and overhaul in accordance with the manufacturers approved schedule and procedures, supplemented by Navy Maintenance Engineering Directives (MEDs) and the TH-57 Maintenance Supplement Manual (MSM). Foreign Object Damage (FOD) prevention, tool control, record keeping and corrosion control will be in accordance with CNAFINST 4790. 2 Series. The applicable NAICS code for this requirement is 488190, Aircraft Maintenance and Repair Services (except factory conversion, factory overhaul, factory rebuilding). The Product Service Code (PSC) is J015 (Maint-rep of aircraft). It is requested that interested small and large businesses submit to the contracting office a capabilities statement package (no more than 10 pages in length, single spaced, and 10 point font minimum). All responses shall include Company Name, Company Address, and Points of Contact including name, phone number, fax number, and email address. The capabilities statement shall demonstrate the company's ability to perform the services as described in this synopsis. The capabilities statement shall address, at a minimum, the following: 1. Prior/current corporate experience and performance of requirements of this type, size, and complexity of effort within the last 3 years. For each such experience referenced, please provide contract number, organization supported, indication of whether performance was as a prime or subcontractor, contract value, Government point of contact, and a brief description of how the referenced contract relates to the requirements objectives. 2. Summary of the company's capability to meet the requirements objectives and perform a contract of this magnitude. This description shall address and demonstrate, through prior and/or current experience, an understanding of, at a minimum, the following: (a) airframe, system, and engine maintenance of U.S. civil aircraft comparable to the TH-57, (b) Federal Aviation Administration regulations and guidelines for the maintenance, operation, and Depot level repair of comparable aircraft, (c) the Naval Aviation Maintenance Program (NAMP), and (d) logistics support of comparable aircraft. 3. Company profile to include major products/services, primary customer base, number of employees, annual revenue history, office location, Cage Code, statement regarding current Small Business Administration (SBA) business size and socio-economic classification under NAICS code 488190 (i.e., small, small disadvantaged, service disabled, veteran owned, HUBZone, etc.), and statement on whether your interest in this Sources Sought is as a prime Offeror or to inquire about subcontracting possibilities, and points of contact who are able to discuss the material submitted. 4. Company's ability and intent to perform 50% of the work; and 5. Company's ability to begin performance thirty (30) days following a contract award. Capability statements shall be submitted by email and received by this office no later than 12:00 pm Eastern Standard Time (EST) on 12 Aug 2010 and reference N00019-10-R-0097 on both the email and all enclosed documents. Emails shall be directed to Christa McCarthy, AIR-2.2.4.1.3, at christa.mccarthy@navy.mil. Information and materials submitted in response to this request WILL NOT be returned. Classified material SHALL NOT be submitted. 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/N00019-10-R-0097 /listing.html)
 
Place of Performance
Address: NAS Whiting Field, Milton, Florida, United States
 
Record
SN02221331-W 20100730/100729000049-1b2928c608fd8c7f59a8327d9003d895 (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.