Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 18, 2011 FBO #3462
SOLICITATION NOTICE

99 -- Market Survey Sources Sought to Provide a Pratt & Whitney Canada (PWC) PW305A Engine Maintenance/Overhaul Program

Notice Date
5/16/2011
 
Notice Type
Presolicitation
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AMQ-310 AMC - Aeronautical Center (Oklahoma City, OK)
 
ZIP Code
00000
 
Solicitation Number
10736
 
Response Due
6/10/2011
 
Archive Date
6/25/2011
 
Point of Contact
John Hawk, 405-954-5102
 
E-Mail Address
john.hawk@faa.gov
(john.hawk@faa.gov)
 
Small Business Set-Aside
N/A
 
Description
SynopsisMarket Survey Sources Sought to Provide aPratt & Whitney Canada (PWC) PW305A Engine Maintenance/Overhaul Program General Information: The Federal Aviation Administration (FAA), Aviation System Standards (AVN) is conducting a Market Survey looking for sources/vendors that can provide an Engine Maintenance/Overhaul program for fourteen (14) FAA PWC PW305A aircraft engines. Twelve (12) engines are installed on six (6) FAA Learjet 60 aircraft and two (2) engines are maintained in spare status. The FAA PW305A engines are currently enrolled in a program and are under contract through March 31, 2012. This announcement is not a Screening Information Request (SIR) or a Request for Proposal (RFP) of any kind. The FAA is looking to continue coverage of their PW305A engines in a Maintenance/Overhaul program that covers the cost of maintenance, labor, and parts on a cost per engine operating hour basis. Other support coverage is desired as part of the program and would cover maintenance events, parts, or engine services that are not covered as a cost per engine operating hour basis. Other support coverage would be requested as needed and the cost would be considered as an Over & Above (O&A) basis using a time and materials format. The current program that provides coverage for the fourteen (14) FAA PWC PW305A aircraft engines may have cash reserves at the end of the existing contract and balances available to the FAA would be utilized for continued coverage. A "draft" Statement of Work (SOW) which describes the desired coverage, program requirements, and current program cash reserve utilization is included with this Market Survey. All interested parties are advised that the FAA will not pay for any information or any administrative costs incurred that are associated with any response received from industry in response to this Market Survey/Request for Information. Therefore, any costs associated with Market Survey/Request for Information submissions will be solely at the interested party's expense. Costs provided are for market survey/informational purposes only and shall not be considered as an offer to do business. Response to this Market Survey: Interested firms are required to submit the attached Business Declaration form and a copy of their SBA 8(a) certification letter, if applicable. The FAA will require this information in development of the bidders list if and when this requirement proceeds to the acquisition phase. Any information provided under this market survey is for informational purposes only and will not be released. Any proprietary information submitted will be protected if appropriately marked. No evaluation of vendors will occur and vendor participation in any informational session is not a promise of future business with the FAA. All responses (one response per company) are to be provided on company letterhead. No type font less than 12-point may be used. Responses must be received no later than 3:30 P.M, Central Time on June 10, 2011. Market survey responses received after the time and date specified will be determined to be late and may not be considered. The FAA intends to review all response submittals to establish the acquisition strategy. Responses to this market survey will be used to determine if there is adequate competition to set the requirement aside for Socially and Economically Disadvantaged Businesses (SEDB) or Small Business, or open it up for full and open competition. The information identified from this market survey may result in a restricted Screening Process when the RFP is issued. This survey is being conducted in accordance with FAA Acquisition Management System (AMS) Section 3.2.1.2.1. This survey will support market research obtained from multiple sources and will be utilized for planning purposes only. The NAICS code for this effort is 336412 "Aircraft Engine and Engine Parts Manufacturing" with a size standard of 1000 employees. In order to make this determination the FAA requires the following from interested vendors: 1. Capability Statement - This document should identify: Type of services provided by your firm, Size and type of services provided by previous contracts (elaborate and provide detailed information and past performance), Number of years in business, Experience with PW305A engine maintenance programs. 2. Geographical areas where your company can provide services 3. Expected programmatic approach (in-house, teaming, subcontracting, etc.) - Respondents must provide their strategy for accomplishing this work, including the percentage of work that will be done by eligible small, service-disabled veteran-owned and 8(a) certified businesses. The FAA prefers that all submittals, including attachments, be submitted electronically to the following email address: john.hawk@faa.gov. Please submit in a portable document format (pdf); however, Microsoft Word is acceptable. If you cannot respond electronically, please send two copies by the indicated deadline to: Point of contact is John Hawk, Contracting Officer, at e-mail john.hawk@faa.gov or telephone (405) 954-5102. Federal Aviation AdministrationMike Monroney Aeronautical CenterMulti-Purpose Bldg., (AMQ-310) Rm. 3776500 S. Mac Arthur Blvd.Oklahoma City, OK. 73169ATTN: (John Hawk)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/MMACTR/10736/listing.html)
 
Record
SN02448599-W 20110518/110516234410-02226ac0ead5e55642eb345d2b06f5ab (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.