Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 21, 2012 FBO #3862
SOLICITATION NOTICE

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

Notice Date
6/19/2012
 
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
NND12374506R
 
Archive Date
6/19/2013
 
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 is issuing a Request for Proposal (RFP) to compete the contract requirements for the Aircraft Operations Services (AOS) contract. This synopsis NND12374506R replaces synopsis NND11374506R in accordance with amendment 3. The purpose of this requirement is to provide maintenance of aircraft.The DFRC aircraft are operated to meet both Center and Agency platform, research, and support aircraft requirements. DFRC aircraft are located at main campus (Edwards Air Force Base, California) and Dryden Aircraft Operations Facility (DAOF) located in Palmdale, California. Additional aircraft operations support may be conducted at other locations as needed such as during deployments. The proposed services will require support to all aircraft operations, including aircraft maintenance (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, Unscheduled Maintenance, Flight-line Services, Off Site Recovery Maintenance Operations Office support, 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, Internal Quality Audits) Aircraft Configuration and Drawing Control Flight 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 Assurance Material Control/Procurement Aircraft to be supported by AOS includes, but is not limited to: Quantity TypeMission 1Beechcraft, King Air B-200FAA Certified 1Beechcraft, King Air B-200Program Support 1Gulfstream, G-IIFAA Certified 1Gulfstream, G-IIIResearch 1Gulfstream, C-20/G-IIIScience Platform 4McDonnell-Douglas, F-18A/BProgram Support 1McDonnell-Douglas, F-18BResearch 2Lockheed, ER-2Science Platform 1Boeing, 747 SPScience Platform 1McDonnell-Douglas, DC-8-72Science Platform 1Raytheon, T-34C Program Support 1General Atomics, MQ-9A (Predator B)Program Support 2Northrop-Grumman, YRQ-4A (Global Hawk)Science Platform 1McDonnell-Douglas, F-15BResearch 1McDonnell-Douglas, F-15DProgram Support 1Lockheed, YO-3A Program Support 1Aermot, AMT 200S/TG-14A FAA Experimental/Research Note: 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 $30.0 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 June 19, 2012 with an anticipated offer due date of on or about August 2, 2012. It is anticipated that the AOS contract base period of performance will be twenty-two (22) months; with two-one (1) year option periods and one-fourteen (14) month option period. A 30-day phase-in period is anticipated. The Government does intend to hold a pre-proposal conference after the release of the solicitation. This will allow industry to ask question specific to the RFP. The date and time of the pre-proposal conference is July 10, 2012 NASA Clause 1852.215-84, Ombudsman, is applicable. The installation Ombudsman is Patrick Stokiler. Patrick Stokiler can be contacted at (661) 276-2706 or e-mail at Patrick.C.Stokiler@nasa.gov. The solicitation and any documents related to this procurement will be available over the Internet. These documents will reside on a World Wide Web (WWW) server, which may be accessed using a WWW browser application. The Internet site, or URL, for the NASA Business 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 is the offeror's responsibility to monitor the Internet site for the release of the solicitation and amendments (if any). Potential offerors will be responsible for downloading 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/NND12374506R/listing.html)
 
Record
SN02779801-W 20120621/120619235405-1331859f2609ca8bb380cd10b9297514 (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.