Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 31, 2011 FBO #3567
MODIFICATION

J -- C-21 Contractor Logistics Support - Package #1

Notice Date
8/29/2011
 
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
FA8106-11-R-0002
 
Point of Contact
Samuel T. McDuffey, Phone: 405-739-4448, Kenyatta Harper, Phone: 4057395390
 
E-Mail Address
samuel.mcduffey@tinker.af.mil, kenyatta.harper@tinker.af.mil
(samuel.mcduffey@tinker.af.mil, kenyatta.harper@tinker.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Appendix E - Phase 16 Data Appendix D - Engine and Strip & Paint Forecast Appendix C - Aircraft Landing Gear Data Appendix B - Usage Data Appendix A - C-21 Flight Hours DRAFT Exhibit C - Small Business Participation Report DRAFT Exhibit B - Annual Cost Report DRAFT Exhibit A - Reporting Requirements DRAFT C-21 ANG GFP Listing Quality Assurance Surveillance Plan Oklahoma City Wage Determination PETERSON AFB CBA SCOTT AFB CBA ANDREWS AFB CBA DRAFT C-21 MESL DRAFT DD Form 254 DRAFT Active Duty GFP Listing DRAFT Base Level Support DRAFT PWS DRAFT - Pricing Matrix DRAFT - Addendum to 52.212-2 (Evaluation Factors for Award) DRAFT Addendum to 52.212-1 (Instructions to Offerors) DRAFT RFP UPDATE: This update adds the DRAFT RFP to include DRAFTS of the following documents - Attachments - Appendices - Exhibits - Addendums Please review and provide any comments or questions to Samuel McDuffey at email: samuel.mcduffey@tinker.af.mil by 10:00 AM CST on 13 Sep 2011. --------- UPDATE: Additional Questions and Answers have been posted. The Drury Inn and Suites Hotel has extended the discount rate to 26 Aug 11. This is where the Technical Order review and General Assembly will be held. If you would like to make hotel reservations call 681-624-2211 and ask for the front desk. See the C-21 Technical Order Review and Site Visit Notification link for additional information. --------- UPDATE: Due to policy changes, the sentence " National Interest Determinations will not be processed for this solicitation or contract award for a prime or any subcontractors." found below is hereby deleted in it's entirety. Information regarding National Interest Determinations will be provided in the draft and final RFPs. There have been recent concerns that the extension of contract FA8106-05-C-0001 will affect the period of performance for this follow-on contract. Rest assured, that the services and period of performance currently being considered for extension under contract FA8106-05-C-0001 was never planned to be covered by the follow-on contract. As stated below, we anticipate release of the draft RFP no later than 29 Aug 11 and release of the official RFP around 3 Oct 11. Contract award is anticipated in the 4th Quarter of FY12. As always, these dates are subject to change. The Technical Order Review/Site Visit registration will remain open until 31 Aug 11. This is not considered an Industry Day. Industry Day was held 22 Mar 11. -------- UPDATE: Draft RFP Release: 29 Aug 11 Technical Order Review/Site Visit: 7-8 Sep 11 (Scott AFB) Official RFP Release: 3 Oct 11 These dates are subject to change. A current, valid, completed DD Form 2345 will be required to review technical orders. See attachment "C-21 Technical Order Review and Site Visit Notification" for more registration information. -------- This requirement is for logistics support for the U.S. Air Force and Air National Guard C-21 fleet of Learjet 35A business jet aircraft. This is the follow-on contract for FA8106-05-C-0001. The C-21 fleet consists of 28 Learjet Model 35A aircraft, which includes 26 Active Duty aircraft and 2 Air National Guard aircraft. Two of the 28 aircraft are NC-21 aircraft modified by the USAF to meet mission requirements. The primary mission of the C-21A aircraft is transport of United States Government personnel, cargo and of personnel worldwide. Secondary missions identified for the C-21A aircraft includes medical evacuation and USAF pilot seasoning. The primary mission of the NC-21 is the evaluation and monitoring of the National Airspace System (NAS) in conjunction with the development and publication of Air Force Instructions and aircrew currency. NC-21s secondary missions include operational test and evaluation of emerging navigation, communication, surveillance, cockpit display and landing systems. Aircraft in this fleet are routinely stationed at Main Operating Bases (MOBs) worldwide; see locations of performance below. Aircraft may be stationed at additional deployment bases and may be deployed for wartime contingencies. The period of performance is one basic period from approximately 1 Sep 2012 through 31 Jan 13 which includes 120 days for transition, six one year option periods, one eight month option period and the extension of services option of 180 days for a total of 7 years, 7 months. The requirement is for Full Contractor Logistics Services to include all scheduled and unscheduled maintenance; contractor operated and maintained base supply; data; transportation of parts and components; design, installation and test of modifications; and launch and recovery of the C-21 aircraft at MOBs and any other Deployment Operating Location (DOL) worldwide in accordance with the Federal Aviation Administration (FAA) regulations and the U.S. Air Force requirements for the C-21 fleet. MOBs may be located at but not limited to Andrews AFB, Camp Springs, MD; Scott AFB, Belleville, IL; Oklahoma City, OK; Peterson AFB, Colorado Springs, CO; and Ramstein AB, Germany. Equipment and technical data generated or delivered under this contract are controlled by the International Traffic in Arms Regulation (ITAR), 22 CFR Chapter 1, Subchapter M Parts 120-130. An export license is required before assigning any foreign source to perform work under this contract or before granting access to foreign persons to any equipment and technical data generated or delivered during performance (see CFR Chapter 1, Section 125). National Interest Determinations will not be processed for this solicitation or contract award for a prime or any subcontractors. The solicitation will contain the following clauses DFAR 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country, DFAR 252.209-7002, Disclosure of Ownership or Control by a Foreign Government, and DFAR 252.204-7008, Export-Controlled Items. A current, valid, completed DD2345 form will be required for release of technical information related to this solicitation and resulting contract. The Government intends to hold a pre-solicitation conference for potential bidders. All contractors that anticipate attending the pre-proposal conference will be required to submit a completed DD2345 form. More details about the pre-solicitation conference will be provided at a later time along with an updated schedule of events.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA8106-11-R-0002/listing.html)
 
Place of Performance
Address: MOBs may be located at but not limited to Andrews AFB, Camp Springs, MD; Scott AFB, Belleville, IL; Oklahoma City, OK; Peterson AFB, Colorado Springs, CO; and Ramstein AB, Germany., Tinker AFB, Oklahoma, 73145, United States
Zip Code: 73145
 
Record
SN02553208-W 20110831/110829235054-7421e36d4d49350439cd538fad9b7524 (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.