Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 07, 2010 FBO #3178
SPECIAL NOTICE

15 -- JOINT PRIMARY AIRCRAFT TRAINING SYSTEM (JPATS) T-6 A/B CONTRACTOR OPERATED AND MAINTAINED BASE SUPPLY (COMBS) - Randolph AFB Map

Notice Date
8/5/2010
 
Notice Type
Special Notice
 
NAICS
541614 — Process, Physical Distribution, and Logistics Consulting Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218
 
ZIP Code
45433-7218
 
Solicitation Number
FA8617-10-R-6208
 
Archive Date
8/28/2010
 
Point of Contact
John J. Marvin, Phone: 9372555280, Aurora Burrell, Phone: 9379044197
 
E-Mail Address
john.marvin@wpafb.af.mil, aurora.burrell@wpafb.af.mil
(john.marvin@wpafb.af.mil, aurora.burrell@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Randolph Map TITLE: Joint Primary Aircraft Training System (JPATS) T-6 Contractor Operated and Maintained Base Supply (COMBS) THIS IS AN INVITATION FOR INDUSTRY TO TOUR A COMBS FACILITY. The Aeronautical Systems Center (ASC), United States Air Force Materiel Command, JPATS Program Office is conducting a requirements review and tour of a COMBS Services Main Operating Base (MOB) facility in support of a forthcoming source selection for T-6 COMBS services. The purpose of the requirements review meeting is to present and discuss the draft Performance Work Statement and associated data. The draft PWS has changed since the initial sources sought meeting with industry held at Wright-Patterson AFB in April 2010. The MOB tour will give interested offerors a first-hand view of a COMBS facility. The requirements review meeting and COMBS MOB tour will take place at Randolph Air Force Base (AFB), Texas, on 18-19 August 2010. Randolph AFB is about 20 miles east of the San Antonio Airport. All visitors should enter the base via the Main gate (see map). All contractors wishing to participate should provide a list of the attending individual(s) name, company, SSN, nationality, and contact information no later than close of business 13 August 2010, so the Government may arrange for base access. Provide this information to the points of contact listed on this announcement. The requirements review meeting will be held on the morning of 18 August 2010, in Building 581, in the sub-basement, in the A4 Conference Room. The requirements review meeting will start at 9:00 AM, Central Standard Time. Additional details concerning the MOB tour will be provided as soon as available. A map of Randolph AFB is also provided. The draft Performance Work Statement (PWS) will be posted on or before Monday, 9 August 2010. T-6 BACKGROUND: The T-6A is a derivative of the Swiss Pilatus PC-9 MK II, which uses Non-Developmental Items (NDI) or derivatives of commercially available items to meet most system requirements. The T-6B is a further refinement which provides for upgraded avionics (including heads-up display). The original T-6A was missionized by Raytheon Aircraft Company (RAC), Wichita, Kansas (now Hawker Beechcraft Corporation - HBC) to replace the United States Air Force (USAF) T-37B and the United States Navy (USN) T-34C primary training aircraft. HBC owns the data rights to the T-6A design and peculiar support equipment. HBC or their subcontractors own some data/data rights for T-6B parts. The T-6 is a low wing, high performance, pressurized, turboprop aerobatic trainer. The T-6 provides entry-level students with the skills necessary for contact/familiarization, instruments, formation, and navigation during both day and night conditions. T-6 training will lead to a level of proficiency that permits transition into one of the USAF or USN advanced pilot training tracks. CURRENT ENVIRONMENT: As of this announcement, there are over 500 T-6A and T-6B aircraft in the combined USAF / USN fleet. The T-6A and T-6B aircraft are stationed at the following main operating bases (MOB): Randolph AFB, Laughlin AFB, Sheppard AFB, Vance AFB, Columbus AFB; NAS Pensacola (USAF), NAS Pensacola (USN), NAS Whiting Field, NAS Corpus Christi, and NAS PAX River. The T-6A/B production line is scheduled to continue through FY15 with the production of approximately 40 aircraft per year, building to a total fleet size of 768. Historically, the contract has processed approximately twelve configuration changes each year that involve (but are not limited to) both the airframe structural components (e.g., landing gear) and avionics subsystems. Presently, HBC is the prime contractor for both T-6 production and COMBS functions. There are approximately 6,000 aircraft part numbers and approximately 300 support equipment numbers that need to be managed; this figure may change as configuration changes are accomplished on the aircraft. Current estimates of the number of transactions conducted annually range from 500,000 to over 700,000. The entirety of the COMBS inventory is Government Furnished Property (spares, consumables, and support equipment). If the awardee of this contract is other than the incumbent, the Government would require the establishment of an Associate Contractor Agreement (ACA) with the aircraft manufacturer/ sustaining engineering contractor (currently HBC) and major subsystem contractors for avionics, engines, etc. All aircraft parts are required to be manufactured and repaired under Federal Aviation Administration (FAA) certified processes to maintain airworthiness certification. FOLLOW-ON CONTRACT DESCRIPTION: The follow-on contract will procure COMBS support services in accordance with FAR Part 15 for T-6A and T-6B aircraft at the associated Air Force and Navy sites. The follow-on contract will be subject to the Services Act. The Government will provide the initial entire inventory of COMBS spare parts and support equipment. The contractor shall establish, operate and manage a COMBS facility at each operating base, to provide a range and depth of spare parts/bench stock including parts for off-equipment/I-Level back shops, spare engines, engine Quick Engine Change (QEC) kits, engine modular components, repair parts, peculiar (special) hand tools, support equipment (SE) and expendables (including aircraft and SE bench stock) necessary to support the assigned aircraft at the specified utilization rates (provided in the PWS). The selected contractor shall ensure that all COMBS components are FAA-certified in accordance with FAA Regulation Part 23. The contractor shall ensure all spare parts are configured, painted and balanced (if required) for immediate installation on aircraft in accordance with the approved government technical data. The contractor shall ensure that all items with shelf-life restrictions are maintained within each item's allowable limitations and tolerances. No aircraft component repair/ maintenance shall be accomplished by the COMBS contractor within a COMBS facility. The contractor shall only store T-6-specific parts, TCTO kits and SE in COMBS (parts shall not co-mingle with other platforms' assets). The contractor shall maintain data outlining required protective packaging and transportation requirements (electrostatic discharge sensitive items, fragile items, hazardous materials, etc) for spare parts and SE subject to special packaging requirements. The contractor shall support the bases' and air stations' daily flight operations and any Operating Plan (OPLAN), exercise, deployment, static display, fly-by, incentive flight or open house that involves T-6 aircraft or COMBS. The contractor shall have spare parts and expendables available for the operating command as specified by the base-specific performance metrics in the PWS. The COMBS contractor shall maintain the COMBS spare inventory and support equipment. As T-6 configuration changes are accomplished on the production line, the COMBS contractor shall update COMBS inventory as appropriate. The COMBS contractor shall perform or subcontract off-site Intermediate and Depot level repair of failed reparable components. The COMBS contractor shall provide their own office equipment, phones, furniture, material handling equipment, etc., required to operate the COMBS beyond that stipulated as Government-Furnished in the PWS. The COMBS contractor shall manage hazardous material IAW current Federal, State and Base regulations. THIS IS NOT A REQUEST FOR PROPOSAL SUBMISSION. JPATS is an Aeronautical Systems Center (ASC) program. The current status is: requirements development with early industry involvement. SOLICITATION NUMBER: To Be Determined. RESPONSE DATE: 3:00 PM Eastern, 08/13/2010 (13 August 2010)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8617-10-R-6208/listing.html)
 
Place of Performance
Address: Multiple CONUS Locations, United States
 
Record
SN02230630-W 20100807/100805235749-580c6a0d29d5047b8bf29e3ca3aaedb9 (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.