Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 05, 2013 FBO #4394
SOURCES SOUGHT

J -- T-34/T-44/T-6 CLS

Notice Date
12/3/2013
 
Notice Type
Sources Sought
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272, 47123 Buse Road Unit IPT, Patuxent River, Maryland, 20670, United States
 
ZIP Code
20670
 
Solicitation Number
N00019-14-R-0018
 
Archive Date
12/18/2013
 
Point of Contact
Martha M Scott, Phone: (301) 757-1699, Noelle D Reimers, Phone: 301-757-5231
 
E-Mail Address
martha.scott@navy.mil, noelle.reimers@navy.mil
(martha.scott@navy.mil, noelle.reimers@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT INTRODUCTION: The Department of the Navy Program Executive Office - Tactical Air, PEO(T) PMA273 Naval Undergraduate Flight Training Systems, and Chief of Naval Air Training Command (CNATRA) require contractor services, supplies and tasks for the maintenance and logistics support of the United States Navy (USN) T-34, T-44 and T-6 aircraft programs. This is a SOURCES SOUGHT requesting both LARGE AND SMALL businesses to provide interest statements for the United States Navy (USN) T-34/T-44/T-6 aircraft maintenance and logistic support. Responses from LARGE and SMALL businesses are considered at this time. PLACE OF PERFORMANCE: Location of performance will primarily include Naval Air Station (NAS) Corpus Christi, TX; NAS Pensacola, FL; NAS Whiting Field, FL; and various satellite sites which include, but are not limited to NAS Oceana, VA; MCAS Miramar, CA; NAS Lemoore, CA; NAF El Centro, CA; NAS Fallon, NV; Redstone Army Airfield, Huntsville, AL; Fort Bragg, NC; National Aeronautics and Space Administration (NASA) Cleveland, OH; NASA Edwards Air Force Base (AFB), CA (Dryden Research Center); and Fort Eustis, VA. DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. PROGRAM BACKGROUND: This work is currently being performed under the indefinite delivery requirements contract number N00019-14-D-0003 awarded by the Department of the Navy Naval Air Systems Command (NAVAIR). Sikorsky Support Services, Inc. is the incumbent company. The NAVAIR Freedom of Information Action (FOIA) website is available at http://www.navair.navy.mil/foia/. The NAWCAD/NAVAIR FOIA office number is 301-342-9563. REQUIRED CAPABILITIES: The intended follow-on contract will potentially be an Indefinite Delivery Requirements contract including a hybrid of Firm Fixed Price (FFP), Labor Hour, and Cost Reimbursable line items with a performance incentive measured by Performance, Sustainment, and Quality/Safety. The period of performance (or ordering period) is intended to include a thirteen-month base period, commencing on 01 September 2014, with four (4) one-year option periods. Currently, there are approximately 104 T-34 aircraft, 54 T-44 aircraft, and 226 T-6 aircraft. These allocations will change as the T-34s are replaced by the T-6A/B Texan. CNATRA flies approximately 172,203 hours annually with these trainer aircraft. T-34/T-44 Aircraft - The Contractor performing under this effort shall provide Organizational (O), Intermediate (I), and on-site T-34/T-44 Depot (D) level maintenance and logistics support including labor, services, real property, equipment and direct and indirect material, except as provided by the Government, required to support and maintain T-34 and T-44 aircraft and related support equipment. The Government reserves the right to furnish on-site Depot Level support when deemed necessary. The Contractor performing under this effort shall provide the above support for T-34 aircraft at NAS Corpus Christi (NASCC) and various satellite sites, and for T-44 aircraft at NASCC. The Contractor performing under this effort shall repair and overhaul engines, propellers, avionics and related components. All repair and overhaul performed off-site shall be IAW OEM manuals, DoD and Navy directives, and using Federal Aviation Administration (FAA) certified personnel and facilities with proper ratings and certifications applicable to the work being performed. T-6 Aircraft - The Contractor performing under this effort shall provide O-Level maintenance at NAS Pensacola (NASP), NAS Whiting Field (NASWF) and NASCC. The Contractor performing under this effort shall provide limited Intermediate maintenance including NDI (both on and off aircraft) and tire and wheel buildup at NASCC. The Contractor shall provide I-Level maintenance at NASWF and on-site T-6 D-Level maintenance and logistics support at all sites as directed by the Administrative Contracting Officer (ACO). The Contractor shall operate, inspect, maintain and repair the T-6 aircraft in accordance with NAVAIR publications Interim Operating Supplements (IOS), service instructions and Technical Directives (TD). The Government will provide material and equipment including Special Tools and Special Test Equipment support. The Government does not own a complete package of data or drawings for the T-34/T-44/T-6 aircraft. The Government will make available any T-34/T-44/T-6 data and drawings to which the Government has rights and the Contractor cannot access. The Contractor performing under this effort shall also support the following: • Support Equipment Maintenance • Status Reporting • Quality Assurance Program • Other Support Services • Management Information Systems • Property Management Systems • Unique Identification (UID) • Obsolescence Management • Hazardous Material • Safety Program • Financial Management • Technical Library and Publications • Administrative Supplies • Contractor Training and Qualification • Engineering Services ELIGIBILITY: The applicable North American Industry Classification System (NAICS) code for this requirement is 488190, Aircraft maintenance and repair services (except factory conversion, factory overhaul, factory rebuilding), with a small business size standard of $30M. The Federal Product and Service Code (PSC) is J015 (Maintenance, repair, and rebuilding of equipment - Aircraft and Airframe Structural Components). REQUIRED INFORMATION: Companies interested in the requirement as a Prime Contractor or Subcontractor shall submit a Statement of Interest, limited to five (5) pages. A capability statement is not required or desired. Your statement of interest should address the following: • Company Name and Company Address • Points of Contact (POC) including name, phone number, fax number, email address • Company business size and status (i.e. 8(a), SDVOSB, etc.). • Can or has your company previously managed a team of subcontractors • Can or has your company managed a task of this nature before • References to similar type of work performed in the past five (5) years (provide contract award numbers as applicable) • If company would propose as the Prime or as a Subcontractor SUBMISSION DETAILS: Interested LARGE and SMALL businesses are hereby requested to submit a statement of interest by email to Ms. Martha Scott, Contract Specialist, at martha.scott@navy.mil. No phone or email inquiries with regards to the status of a Request for Proposal (RFP) will be accepted prior to its release. All statements of interest shall be received by Ms. Martha Scott no later than 12:00 p.m. Eastern Standard Time (EST) on 17 DEC 2013. All correspondence shall include Solicitation Number N00019-14-R-0018 on the email Subject line as well as on any enclosed statements. Information submitted in response to this request WILL NOT be returned. Proprietary or classified information or material SHALL NOT be submitted. NOTE: Contractors must be registered in the System for Award Management (SAM) database to be eligible for award and payment from any DOD activity. Information on registration and annual confirmation requirements for SAM may be obtained by accessing the SAM website at http://www.sam.gov/portal/public/SAM/. Also, awardees will be required to register for access to Wide Area Workflow (WAWF) for invoicing and payment by NAVAIR. Information on self-registration for WAWF can be obtained at https://wawf.eb.mil. Additional support concerning WAWF can be accessed by calling the NAVY WAWF Assistance Line 1-866-618-5988 and following the prompts.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/N00019-14-R-0018/listing.html)
 
Record
SN03244317-W 20131205/131203234015-4386aa56542334ae4b76c767548aca60 (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.