Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 06, 2011 FBO #3634
MODIFICATION

J -- C-21 Contractor Logistics Support - Updated documents

Notice Date
11/4/2011
 
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 K - SBs, ADs, and TCTOs This document includes new questions and updated responses to previous questions. Update Updated Questions and Answers are being posted in this update along with a list of the SBs, ADs, and TCTOs. --------------- Synopsis (2) Date. 2 November 2011 (3) Year. 2011 (4) Contracting Office Zip Code. 73145 (5) Classification Code. J - Maintenance, Repair, and Rebuilding of Equipment (6) Contracting Office Address. DEPARTMENT OF THE AIR FORCE, 3001 STAFF DR. STE AG1 104A, TINKER AFB OK 73145 (7) Subject. C-21 Contractor Logistics Support (8) Proposed Solicitation Number. FA8106-11-R-0002 (9) Estimated Solicitation Release Date. 28 November 2011 Estimated Closing Response Date. 13 January 2012 (10) Contact Point or Contracting Officer. Samuel McDuffey (samuel.mcduffey@tinker.af.mil) (11) Contract Award and Solicitation Number. FA8106-11-R-0002 (12) Contract Award Dollar Amount. N/A (13) Contract Line Item Number. Various (14) Estimated Contract Award Date. 1 September 2011 (15) Contractor. N/A (16) Description. This acquisition will provide a follow-on contract for Full Contractor Logistics Support (CLS) of the C-21 aircraft fleet. Other than the Government Furnished Property (GFP) provided, the Contractor will provide all support required to fulfill this requirement, including but not limited to labor, materials, tools, equipment, parts, transportation, etc. The Government will provide approximately $5 million of GFP. The C-21 fleet consists of 28 Learjet Model 35A aircraft, which include two NC-21 aircraft modified by USAF to meet 375 AMW Detachment 1 mission requirements. The primary mission of the C-21 aircraft is transport of United States Government personnel, cargo, and of personnel worldwide. Secondary missions identified for the C-21 aircraft include USAF pilot seasoning and medical evacuation. The primary mission for the NC-21 aircraft 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. The NC-21s secondary missions include operational test and evaluation of emerging navigation, communication, surveillance, cockpit display and landing systems. Unless specifically stated the term "C-21" encompasses NC-21 aircraft as well. The 28 aircraft includes twenty-six (26) Active Duty Aircraft and the two (2) Air National Guard (ANG) aircraft. Full CLS includes all aircraft maintenance plus personnel, materials and inspections, launch and recovery of aircraft, management of all Government and Contractor owned spares and support equipment through a Contractor Operated and Maintained Base Supply (COMBS); repair and overhaul of all repairable spares at FAA certified repair stations; maintenance and repair of all support equipment; aircraft paint; engine and landing gear repair and overhaul. The supply support requires the contractor to identify, procure, stock, store and issue common and peculiar spare parts, components, consumables and bench stock for the aircraft, aircraft systems, engines, landing gears and peculiar test/support equipment. The contractor's inventory shall be of sufficient range and quantity to meet the performance measurements defined in the Performance Work Statement (PWS). Additional support, as over and above tasks, engineering services including development, test and FAA certification of modifications, installation of modifications, depot maintenance support, field team support (worldwide), deployment support (worldwide), aircraft crash investigations, failure and teardown reports, acquisition of commercial data, and damage repair. The Government also requests information for: quality, contract funds status, parts consumption and usage, parts obsolescence, service engineering reports, subscription services for technical manual updates and service actions. The Government owns limited spares for the C-21 program. It will be the responsibility of the contractor to fund, procure, stock, store and issue the supply support for the C-21 program. The Performance Period under this contract is anticipated to be for a total of 7 Years, 7 Months. The anticipated award date is 1 September 2011. The Performance Period will be subject to exercise of option periods and availability of funds. Maximum days for Phase-In will be 120 days. BASIC PERIOD: 5 Months (Includes 120-Day Transition Period) OPTION PERIOD 1: 1 Year OPTION PERIOD 2: 1 Year OPTION PERIOD 3: 1 Year OPTION PERIOD 4: 1 Year OPTION PERIOD 5: 1 Year OPTION PERIOD 6: 1 Year OPTION PERIOD 7: 8 Months EXTENSION OF SERVICES: 180 Days (May be used after any Performance Period) (17) Place of Contract Performance. Main Operating Bases 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. (18) Set-aside Status. N/A (19) Technical Data. Information contained in the technical library will not be furnished as part of the solicitation. Offerors will have an opportunity to review the technical library when the final RFP is issued. The technical library will be at Tinker AFB. Please stay posted to FBO for information on exact days and time. A completed DD2345 form will be required for entry into the technical library. The technical data may be obtained by submitting a valid, completed DD2345 form to the PCO, Samuel McDuffey, via email at samuel.mcduffey@tinker.af.mil. 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 22 CFR Chapter 1, Section 125). 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. All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. The offeror, and subcontractors as required, must possess or acquire prior to Source Selection Authority Decision Brief a facility clearance equal to the highest classification specification (DD254) attached to the solicitation and be entitled to COMSEC information without additional authorization (i.e. National Interest Determination (NID). Therefore, all facility clearances must be approved and Foreign Ownership Control or Influence (FOCI) issues must be mitigated prior to the Source Selection Authority Decision Brief. The Industrial Security Facilities Database (ISFD) will be used to verify facility clearances one business day prior to the Source Selection Authority Decision brief. The Source Selection Authority Decision brief could take place after receipt of original proposals if awarding without discussions or after receipt of the final proposal revisions. The Government is not obligated to hold discussions nor delay the decision brief awaiting an offeror to complete this requirement.
 
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
SN02618283-W 20111106/111104234118-ea23ab9f7e2e16f78220a1d4aabd3e44 (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.