Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 22, 2012 FBO #3771
SOLICITATION NOTICE

J -- F-16 Depot Maintenance, PACAF

Notice Date
3/20/2012
 
Notice Type
Presolicitation
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
DEPARTMENT OF THE AIR FORCE; OO ALC GHBK F 16;6072 FIR AVENUE BLDG 1233; HILL AIR FORCE BASE; UT; 84056
 
ZIP Code
84056
 
Solicitation Number
FA8232-12-R-1001
 
Response Due
4/5/2012
 
Point of Contact
Lance S Hardman, Phone 801-777-6295, Fax 801-777-6068, Email lance.hardman@hill.af.mil - Darin S Barnes, Phone 801-586-0366, Fax 801-777-6172, Email darin.barnes@hill.af.mil
 
E-Mail Address
Lance Hardman
(lance.hardman@hill.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This synopsis is publicized on behalf of the F-16 Support Group at the Ogden Air Logistics Center (OO-ALC) in anticipation of the official solicitation release which will occur by adding the RFP documents to this notice, no earlier than 15 days after this synopsis. The release could occur later than at that time. Proposals that meet all of the terms, conditions and requirements of the complete Request for Proposal (RFP) will be due at this originating office 30 days after the subsequent posting of this official RFP. Further details will be finalized and published with the release of the RFP package. This notice is for the official RFP (FA8232-12-R-1001) and cross-references to the pre-solicitation notice and draft documentation that were previously posted under reference FA8232-12-R-PACAF found at URL link: https://www.fbo.gov/index?s=opportunity&mode=form&id=a13a031403f353d9a4821a67b2d69b73&tab=core&_cview=1 This requirement is for a solicitation and competitive source selection under Full and Open Competition for F-16 Pacific Air Forces (PACAF) Depot Services Support. For efficiency of PACAF resources support, an overseas place of performance (depot facility) must be specified within either the 5th AF or 7th AF Area of Responsibility (Either Korea or Japan). No set-aside is contemplated but NAICS Code 336411 applies. A 5 year, Indefinite Delivery/Indefinite Quantity (ID/IQ) ordering contract is contemplated. The total period of ordering for the proposed contract in the base period is from 01 Oct 2012 through 30 Sep 2017 (FY17). The five (5) 12-month periods within this timeframe are described on separately priced line items to accommodate applicable annual Operation and Maintenance (O&M) appropriations. A single option, describing a period of 6 months of support will also be priced and evaluated to support contingency if the next anticipated round or follow-on source selection for this requirement is delayed, (see the FAR clause at 52.217-8, which will be included). This program defines core Depot Maintenance (scheduled) activities which will be Firm Fixed Price (FFP) the intent of which is to provide a facility for induction and strip and paint maintenance of aircraft currently in service with operational units at Osan AB, Kunsan AB (Korea) Eilson, AK and Yokota AB (Japan). For unanticipated Over and Above work which cannot be priced in advance, a Fixed Rate agreement, including a single fully loaded composite (wrap) rate, (shop rate) will be priced to apply through the life of the contract. Drop-in maintenance, including but not limited to implementation of the latest F-16 Time Compliance Technical Order (TCTO) for wing inspection and repair and future TCTO implementation, Contractor Field Team (CFT) support, and some lesser modification efforts, e.g., FS 341 lower bulkhead repair or replacement, will also be priced and utilized within the scope of this contract as required. Technical proposals will be evaluated on a pass/fail basis. Schedule impacts and costs incurred by the PACAF as a result of distance and other factors derived from the actual location of the proposed facility and its proximity to the operational bases will be evaluated. Schedule "flow days" (efficiency) will be evaluated within an overall technical risk assessment. Price will also be evaluated. Trade-offs for the risk assessment and for an evaluation of past performance may be applied. In other words, the Air Force might be willing to pay more than the lowest evaluated price for a price and an offer that has a more favorable Technical Risk rating. Similarly, the Air Force might be willing to pay more than the lowest evaluated price for a price and an offer that has a more favorable past performance rating. Instructions to Offerors (ITOs) and evaluation criteria will be fully explained in sections L and M, respectively, in the model contract to be released with this RFP. This prospective effort is to be priced, evaluated and paid by the Government in U.S. Dollars. Site surveys to assess capability at proposed sites may be conducted. Comment from interested sources is invited. A more detailed description of the work requirement is in the Performance Work Statement (PWS) attached to the previous FA8232-12-R-PACAF notice. The complete final package of documentation and representation of the solicitation, to include work statement, draft model contract with line item structure, bid prices, instructions to offerors, evaluation criteria, other terms and conditions, and clauses will be provided in the official RFP release at least 15 days subsequent to this notice. The Agency reserves the right to release the RFP after this prospective date. The Agency reserves the right to cancel or revise this notice at any time. The Agency also reserves the right to make contract award pending availability of funding, in accordance with FAR 52.232-18 or to make no award at all. There are no known Organizational Conflicts of Interest (OCI) associated with this requirement in accordance with FAR 9.505-1 and 9.507-1.Mr. Kevin Flinders, OO-ALC/PKC, Hill AFB UT 84056, has been appointed as Ombudsman to hear concerns from offerors, or potential offerors, during proposal development. The purpose of the Ombudsman is to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. Existence of the Ombudsman does not diminish the authority of the program director or the contracting officer. Accordingly, the Ombudsman does not participate in the preparation of solicitations, the evaluation of proposals or the source selection process, and therefore, for routine matters on individual solicitations, please contact the buyer at the telephone number listed herein. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. Should you desire to contact the Ombudsman, Mr. Flinders can be reached at (801) 777-6549, email: Kevin.Flinders@hill.af.mil Responses to this notice must be received in the office from which this notice originates no later than the date that will be specified in the official RFP release. The point of contact for this requirement is the Contracting Officer, Lance S Hardman. Questions can be directed to the following E-mail address: lance.hardman@hill.af.mil Electronic procedure will be used for this solicitation. Prospective offerors are advised that foreign participation is permitted at the prime contractor level. Overseas performance. One or more of the items under this acquisition may be subject to an Agreement on Government Procurement approved and implemented in the United States by the Trade Agreements Act of 1979. All offers shall be in the English language and in U.S. dollars. All interested suppliers may submit an offer. Option to Extend Services clause, FAR 52.217-8, has been incorporated in this solicitation. This option will be evaluated in accordance with FAR 52.217-5.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FA8232-12-R-1001/listing.html)
 
Record
SN02700591-W 20120322/120320235026-474bc995fa8d70589b21d38799d3e20c (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.