Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 18, 2010 FBO #3311
MODIFICATION

17 -- Columbus Aircraft Maintenance Services

Notice Date
12/16/2010
 
Notice Type
Modification/Amendment
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Specialized Contracting Squadron, 2021 First Street West, Randolph AFB, Texas, 78150-4302
 
ZIP Code
78150-4302
 
Solicitation Number
FA3002-11-R-0007
 
Point of Contact
Charles D Wingerter, Phone: 210-652-3424
 
E-Mail Address
charles.wingerter@randolph.af.mil
(charles.wingerter@randolph.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Request for Information (RFI): The Air Education and Training Command (AETC) Contracting Squadron is seeking information concerning the availability of capable contractors to provide non-personal services for Aircraft Maintenance Support Services at Columbus AFB, MS for the period of 1 Oct 2012 through 30 Sep 2013 (30 day mobilization scheduled 01 thru 31 October 2012) with up to four one-year options. This RFI is an attempt to locate businesses experienced in Aircraft Maintenance services that express interest in performing these requirements. This RFI shall not be construed as a formal solicitation or an obligation on the part of the Government to acquire any products or services. Any information provided to the Government is strictly voluntary and at no cost to the Government. Any formal solicitation will be announced separately. The Air Force is only interested at this point in identifying interested and capable contractors for this service. The tentative solicitation issue date is 15 Apr 11, however this date is subject to change. The Government anticipates award of one contract. A source selection will be conducted per Air Force Federal Acquisition Regulation Supplement (AFFARS) 5315 and Mandatory Procedures (MP) 5315.3 at HQ AETC, Randolph AFB, TX. Contact with Government personnel by potential offerors or their employees' regarding this project is prohibited. The contracting officer, will post all information regarding this solicitation as soon as it becomes available. Comments and information on the following are requested: (1) Company Cage Code, DUNS, name, address, point of contact and their telephone number and e-mail address; (2) Approximate annual gross revenue; (3) Any small business status (8(a)), HUBZone, veteran-owned, women-owned, etc.); (4) Indicate if your role in the performance of this requirement would be (a) Prime Contractor; (b) Subcontractor; or (c) Other, please describe; (5) If you indicated your role as 'Prime Contractor', indicate the functions for which you would use subcontractors; (6) If you indicated your role as 'Prime Contractor', provide brief information you feel would indicate your capability to mobilize, manage, and finance a large service contract such as this; (7) If you indicated your roll will be a 'Subcontractor', indicate which functional areas your company has capability to cover; (8) Indicate if your company primarily does business in the commercial or Government sector; (9) Describe any commercial-sector contracts you have performed for similar combined services [if applicable]; (10) Indicate which NAICS code(s) your company usually performs under for Government contracts; (11) Provide estimated small business subcontracting goals and rationale; and (12) Please provide suggestions to maximize the effectiveness of the anticipated solicitation and resulting contract in providing quality services to Columbus AFB. The Government is under no obligation to consider information received after the due date as part of the formal market research for this acquisition. The planned North American Industry Classification System (NAICS) code is 488190 (Other Support Activities for Air Transportation), with the applicable small business size standard of $7.0 million in annual gross receipts. An electronic response is the accepted method. Future information on this acquisition (draft Performance Work Statement (PWS), solicitation, questionnaires, etc) will be posted to the FedBusOpps website (www.fbo.gov) and can be found by typing FA3002-11-R-0007 in the 'Keyword/Solicitation' box on the opening page. Information contained in this synopsis is subject to change. It is the responsibility of the prospective offeror to check this site regularly for any changes. Requirement: (Note: The description herein is a summary of the required services and is not intended to be all-inclusive). Description of Services Applicable to all services: Services shall be performed in accordance with (IAW) the objectives and responsibilities outlined in Public Law, DoD Air Force (AF) series directives as well as AETC Wing/Base instructions, regulations, plans and applicable equipment and or general support technical orders data. a. Provide all vehicles, equipment, tools, and supplies unless specified in the Performance Work Statement (PWS) as Government furnished or provided. b. Perform all required Resource Management functions to include development, preparation, submission, and maintenance of financial plans and budgeting estimates IAW the objectives and responsibilities outlined in Public Law, DoD Air Force series directives, applicable AETC Wing Base instructions, regulations, and plans as stated above. c. Perform all computer workgroup management responsibilities within each functional area for all Government provided equipment. d. Perform records management for all generated and received Government documents. e. Perform in an environmentally acceptable manner. f. Establish an occupational health and safety program for employees that comply with the Occupational Safety and Health Act (OSHA) (Public Law 91-596) and the resulting OSHA Standards 29 CFR 1910 and 1926, including applicable DOD and Air Force Safety Guidelines required to protect Government resources and the general public. Comply with Air Force Occupational Safety and Health (AFOSHSTD) Standards only to the extent required to protect AF resources (facilities, equipment, and AF personnel) and the general public. g. Comply with all base security requirements. A secret clearance is required in some work areas. Aircraft Maintenance Support Services: Provide aircraft maintenance support to the 14th Flying Training Wing and assigned units as described below. The 14th FTW annually trains over 300 U.S. military and allied student pilots for worldwide deployment and AEF support. Annually flies over 60,000 sorties (80,000 hrs) in over 200 T-6, T-38 and T-1 aircraft. Aircraft Maintenance Mission: Provide maintenance support for the 14th Flying Training Wing (FTW) to Specialized Undergraduate Pilot Training (SUPT) and Introduction to Fighter Fundamentals (IFF) Pilot Training. Perform/conduct aircraft maintenance operations/support (Organizational Level) for T-6, T-38 and T-1 aircraft, including but not limited to: aircraft ground handling, launch and recovery, Pre-flight/Thru-flight/Basic Post flight, Hourly Post Flight, Periodic, and Phase inspections, off-station aircraft repair, on-and off-equipment maintenance (repairs, upkeep, inspections, Time Compliance Technical Orders (TCTOs), Time Change Items (TCIs) and One Time Inspections (OTIs) on aircraft and equipment including, but not limited to; intermediate level and aircraft engine maintenance, industrial support services, aircraft systems back-shop maintenance support for avionics, electrical-environmental, fuel systems, aircrew egress systems, hydraulics, aerospace ground equipment (AGE), fabrication shops (media blast, paint, sheet-metal, welding, machine, fabrication inspection and repair of aircrew life support equipment), and Non Destructive Inspections (NDI) and Transient Maintenance service for visiting aircraft. Small Business (SB) Set-Aside Determination: The Government reserves the right to decide whether a SB set-aside is appropriate for this acquisition based on responses to this notice. In order for the Government to make a SB set-aside determination, it is emphasized that SB concerns provide sufficient written information to indicate their capability to successfully perform and manage all the requirements of this magnitude. Small Business Subcontracting in the solicitation, the extent to which prime contractors provide for the significant use of small and small disadvantaged business subcontractors will be a consideration in the evaluation of proposals. Interested vendors are requested to provide estimates of the percentage of the total contract dollars they would expect to be able to subcontract to the following small business categories in response to this RFI. (Current Air Force goals are indicated below in parentheses). If zero percent is indicated in your response, provide a brief explanation of why no small business subcontracting opportunities are expected for this requirement overall or for a particular category. Total small business (23%) Small Disadvantaged Businesses (5%) Woman-owned small business (5%) Service-disabled Veteran-owned small business (3%) HUBZone small business (3%). Point of Contact: Mr. Charles Wingerter, AETC CONS/LGCK, email: Charles.Wingerter@randolph.af.mil. Any additional information or updates will be posted at www.fbo.gov. It is the responsibility of interested parties to check this site regularly for any changes or updates.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/SCS/FA3002-11-R-0007/listing.html)
 
Place of Performance
Address: Columbus AFB, Mississippi, United States
 
Record
SN02345463-W 20101218/101216234122-20e781200b850731205d9246b4112611 (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.