Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 25, 2012 FBO #3714
SOLICITATION NOTICE

J -- PRESOLICITATION SYNOPSIS FOR THE AIRCRAFT OPERATIONS SERVICES AOS CONTRACT

Notice Date
1/23/2012
 
Notice Type
Presolicitation
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
NASA/Dryden Flight Research Center, Code A, P.O. Box 273, Edwards, CA 93523-0273
 
ZIP Code
93523-0273
 
Solicitation Number
NND11374506R
 
Archive Date
1/23/2013
 
Point of Contact
Maikeyza T Brown, Contracting Officer, Phone 661-276-2061, Fax 661-276-2904, Email Maikeyza.Brown-1@nasa.gov - Brian G. Bowman, Contracting Officer, Phone 661-276-3329, Fax 661-276-2904, Email Brian.G.Bowman@nasa.gov
 
E-Mail Address
Maikeyza T Brown
(Maikeyza.Brown-1@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
NASA/DFRC plans to issue a Request for Proposal (RFP) to compete the contractrequirements for the Aircraft Operations Services (AOS) contract. The purpose of thisrequirement is to provide maintenance of aircraft. The DFRC aircraft are operated tomeet both Center and Agency platform, research, and support aircraft requirements. DFRCaircraft are located at main campus (Edwards Air Force Base, California) and DrydenAircraft Operations Facility (DAOF) located in Palmdale, California. Additional aircraftoperations support may be conducted at other locations as needed such as duringdeployments. The proposed services will require support to all aircraft operations, including aircraftmaintenance (Organizational [O], Intermediate [I], as well as limited Depot [D] level),aircraft modification, aircrew, and flight-line operations. The functional elements to be performed for DFRC are: Maintenance and Modification Services (Scheduled Maintenance, UnscheduledMaintenance, Flight-line Services, Off Site Recovery Maintenance Operations Officesupport, Required Maintenance Training, Parts Expedition and Tool Crib support) Quality Management System (Contractor Inspectors, Inspection Stamp Control,Corrective Action, Inspection and Test Status, Control of Nonconforming Product, InternalQuality Audits) Aircraft Configuration and Drawing ControlFlight Crews and Operations (Pilots, Flight Engineers, Navigator/Mission Planner,Safety Technicians, Flight Instructors, Operations/Scheduling Officer)Maintenance Support (Life Support/Egress, Avionics/Airborne Instrumentation,Electronics Lab, Metrology Calibration, Environmental Testing) Engine Shop (Organizational, Intermediate, & Depot level maintenance) Fabrication (Hydraulic Shop, Machine Shop, Non-Destructive Inspection (NDI) Shop,Sheet Metal Shop, Welding Shop) Quality AssuranceMaterial Control/ProcurementAircraft to be supported by AOS includes, but is not limited to: Quantity/Type/Mission1 Beechcraft, King Air B-200 - FAA Certified/Program Support1 Beechcraft, King Air B-200 - Program Support/ Science Platform1 Gulfstream, G-II - FAA Certified/Program Support1 Gulfstream, G-III - Research1 Gulfstream, C-20/G-III - Science Platform4 McDonnell-Douglas, F-18A/B - Program Support/Research1 McDonnell-Douglas, F-18B - Research2 Lockheed, ER-2 - Science Platform1 Boeing, 747 SP - Science Platform1 McDonnell-Douglas, DC-8-72 - Science Platform1 Raytheon, T-34C - Program Support1 General Atomics, MQ-9A (Predator B) - Program Support2 Northrop-Grumman, YRQ-4A (Global Hawk) - Science Platform1 McDonnell-Douglas, F-15B - Research1 McDonnell-Douglas, F-15D - Program Support/Research1 Lockheed, YO-3A - Program Support1 Aermot, AMT 200S/TG-14A - FAA Experimental/ResearchNote: The number and type of aircraft may change during the period of performance of AOS.The Government does not intend to acquire a commercial item using FAR Part 12. The NAICS Code and Size Standard are 488190 and $7.0 million, respectively. All responsible sources may submit an offer which shall be considered by the agency.The anticipated release date of the RFP is on or about February 23, 2012 with ananticipated offer due date of on or about April 19, 2012.It is anticipated that the AOS contract base period of performance will be two (2) years;with 3-one year options. A 30-day phase-in period is anticipated. The Government does intend to hold a pre-proposal conference after the release of thesolicitation. This will allow industry to ask question specific to the RFP. The date andtime of the pre-proposal conference is to be determined and will be release on or beforeFebruary 23, 2012. NASA Clause 1852.215-84, Ombudsman, is applicable. The installation Ombudsman isPatrick Stokiler. Patrick Stokiler can be contacted at (661) 276-2706 or e-mail atPatrick.C.Stokiler@nasa.gov.The solicitation and any documents related to this procurement will be available over theInternet. These documents will reside on a World Wide Web (WWW) server, which may beaccessed using a WWW browser application. The Internet site, or URL, for the NASABusiness Opportunities home page is http://procurement.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=.Prospective offerors shall notify this office of their intent to submit an offer. It isthe offeror's responsibility to monitor the Internet site for the release of thesolicitation and amendments (if any). Potential offerors will be responsible fordownloading their own copy of the solicitation and amendments (if any). All contractual technical questions must be submitted in writing (e-mail or fax). Telephone questions will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/DFRC/OPDC20220/NND11374506R/listing.html)
 
Record
SN02659069-W 20120125/120123234130-cfa760cd520da84c5cb0c2e433ad18a3 (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.