Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 19, 2010 FBO #3282
MODIFICATION

15 -- Updated Request for Information - C-21 Contractor Logistics Support

Notice Date
11/17/2010
 
Notice Type
Modification/Amendment
 
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
RFI-C21-CLS
 
Archive Date
10/16/2010
 
Point of Contact
Samuel T. McDuffey, Phone: 405-739-4448
 
E-Mail Address
samuel.mcduffey@tinker.af.mil
(samuel.mcduffey@tinker.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Follow-up Market Research to C-21A RFI This is a follow on to initial RFI released on 22 September 2010 in order to gather more specific information. This is a Request for Information (RFI) only, as part of a market research. The Contract Logisitcs Service's Special Duty Branch is seeking to identify sources that may be capable of providing Full Contractor Logistics Support (CLS) to include: Organizational and Depot Level Maintenance, Contractor Operated & Maintained Base Supply (COMBS), Contract Field Team (CFT) Support, and Installation Support for Modifications at 4 CONUS, 1 OCONUS, and 1 deployed location for 28 C-21A aircraft, beginning on or about 4th quarter FY12. The awarded contractor will provide all support equipment, spares, and parts inventory. The Government is seeking industry input on questions provided below. There is no solicitation package available at this time. All interested parties should send company and/or descriptive literature along with responses, questions and/or comments to Mr. Samuel McDuffey, e-mail: samuel.mcduffey@tinker.af.mil. All responses should be received no later than 3:00 PM CST, 1 December 2010. All questions and comments must be in writing, no telephone calls. The Government will not pay for any information received in response to this request, nor will the Government compensate any respondent for any costs incurred in developing the information provided to the Government. 1) Do you currently provide Organizational and Depot Level maintenance and Contractor Operated and Maintained Base Supply (COMBS) to customers who operate small business jets? If so, how many locations and number of aircraft do you support and what model of aircraft? 2) Has your company had experience (in the past 5 years) in providing Organizational and Depot Level Maintenance, and COMBS to a fleet of business type jet aircraft in excess of 25 aircraft in multiple locations? 3) What does your company specialize in? 4) We are contemplating awarding a 5 - 7 year contract. a) Can you accurately reflect your costs for this period of performance? b) What are your concerns regarding this period of performance? c) How long is your typical contractual arrangement established with vendors and subcontractors? 5) What advantages/disadvantages do you perceive would be obtained by using a FAR Part 12 contract? 6) What type of contract does the commercial marketplace use for this kind of aircraft maintenance and parts support? 7) What type of contract do you recommend for this acquisition and why? 8) Do you have any experience with Indefinite Delivery, Indefinite Quantity (IDIQ) contracts? a) If so, what are your perceived advantages/disadvantages of using an IDIQ contract for this acquisition? b) Do you recommend an IDIQ contract for this acquisition? 9) What are your thoughts on this effort being a total small business set-aside? 10) The Government is contemplating a service contract under NAICS Code 488190 a) Do you have any concerns with the use of NAICS Code 488190 for this contract? b) Under NAICS Code 488190, what category does your company fall within; small business, veteran-owned small business, small disadvantaged business, Certified 8A, Hub Zone small business, women-owned small business, large business? 11) What previous experience does your company have with Government contracts? a) Is your company familiar with the Government processes of contracting, billing, engineering, etc.? 12) If you had previous contracts with the Government, what types of pricing arrangement were used? a) What type of pricing arrangement would you recommend for the contract? 13) What do you perceive are the pros and cons of including liquidated damage penalties tied to aircraft availability? a) Would this have any affect on contract price? 14) How do you handle obsolescence management of components for other commercial aircraft? 15) Being as specific as possible what would you see as a justification to award a 7 year period of performance versus a 5 year period of performance contract? 16) From your perspective given the C-21A requirements illustrated within this RFI, what impact would a 5 year contract have on price versus a 7 year contract? Please provide a percentage estimate the government could expect to see in relationship to the difference and explain your rational. a) Do you see other potential impacts from a 5 year to a 7 year contract? 17) What type incentives do you believe would best motivate you to offer continuous improvements to the government? 18) The government is contemplating providing incentive option years on a FAR Part 12 (Commercial) Firm Fixed Price contract. We are considering the award of incentive years to be based on your ability to reduce the overall contract price. a) Do you foresee a methodology and application to apply incentives to a 5 year basic period of performance contract whereas up to 2 additional (incentive) years may be gained? b) If so, please explain your rational in as much detail as as possible. c) What areas should the government consider for award of incentive options to allow the overall reduction of the contract price? d) What known industry practices or innovations do you recommend to generate a price reduction to the overall contract? 19) Do you currently support any foreign deployed sites on a continuous basis and if so, in what capacity? a) If not, have you in the last 5 year provided aircraft support at a foreign deployed site? If so, in what capacity? 20) In relation to question 19, if you have no deployed site history, do you forsee an issue with supporting this program at a foreign deployed location, for example labor laws, ITAR, logistics, or customs issues? Please be as detailed as possible. 21) What is the minimum information required for your organization to accurately bid a foreign deployed site for maintenance and COMBS for the C-21A aircraft? 22) Do you have the ability to perform engineering level support of the Learjet C-21A? a) If not would you be able to establish an associate agreement with the OEM? 23) Would your company be interested in participating in this solicitation to award? a) If so, what role are you considering? Prime, sub-contractor or other? b) Would your participation be affected if the awarded period of performance was 5 years rather than 7 years, if so please explain? 24) If you are not a Small Business and plan to participate as a prime on the forthcoming C-21A solicitation, what do you think would be appropriate small business subcontracting goals? (categorize by small business type and percentage of total contract value) 25) Understanding that the contractor will be responsible for the purchase of all parts, inventory and support equipment and that the 28 aircraft will be located at worldwide locations (4 CONUS, 1 OCONUS, and 1 deployed site), please respond in appropriate detail to the following questions: a) What would you recommend as a minimum transition period? b) Using your recommended transition period would it be reasonable of the government to expect 100% contractual performance immediately following the transition? c) If 100% cannot be expected immediately following the transition period you have identified, how long would your organization require before the government should reasonably expect you to obtain 100% contractual performance? What is the significant issue driving the additional time period of expected performance? 26) What recommendations/approaches can you offer that would result in the successful Contractor Logistic Services effort for these aircraft? 27) Do you have any recommendations and/or concerns with this source selection? 28) Provide any other comments/concerns you like.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/RFI-C21-CLS/listing.html)
 
Record
SN02329310-W 20101119/101117234509-81a9aa2f6b59a9b2bb725f97e6c0f987 (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.