Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 01, 2014 FBO #4694
SOURCES SOUGHT

J -- DLM of H-60 Rotary Wing Aircraft

Notice Date
9/29/2014
 
Notice Type
Sources Sought
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Aviation Logistics Center, MRS, SRR, MRR, LRS, ESD, IOD, ISD, or ALD, Elizabeth City, North Carolina, 27909-5001, United States
 
ZIP Code
27909-5001
 
Solicitation Number
HSCG38-15-S-J00001
 
Archive Date
11/12/2014
 
Point of Contact
Victoria H. Kocher, Phone: 252.335.6714, Bethany R. Rosser, Phone: 2523356895
 
E-Mail Address
victoria.h.kocher@uscg.mil, bethany.r.rosser@uscg.mil
(victoria.h.kocher@uscg.mil, bethany.r.rosser@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
Request For Information (RFI): Depot Level Maintenance (DLM) of H-60 Rotary Wing Aircraft This RFI is issued solely for information and planning purposes and to identify interested sources. It does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. It is subject to change and is not binding on the Government. Further, unsolicited proposals will not be accepted. Funding is not available at this time. The United States Coast Guard (USCG) has not made a commitment to procure any of the services discussed, and release of this RFI should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned. Not responding to this RFI does not preclude participation in any future RFP if any is issued. If a solicitation is released, it will be synopsized in the Federal Business Opportunities (FedBizOps) website, www.fbo.gov. It is the responsibility of the potential responders to monitor this site for additional information pertaining to this subject. The USCG Aviation Logistics Center (ALC) requests capability statements from interested companies for the purpose of identifying potential sources for a non-personal services contract in support of its mission of providing DLM to Department of Homeland Security (DHS) and/or Department of Defense (DOD) rotary wing aircraft. Services required include on-site maintenance, along with technical, supply, and engineering support, as needed in the overhaul, repair, modifications, and servicing of the H-60 aircraft fleet. The North American Industry Classification System (NAICS) code is 488190 with a Small Business Size Standard of $32.5M in average annual receipts. DLM of the H-60 aircraft is an airframe on-condition maintenance event that consists of disassembly of the aircraft to the maximum extent practical, with further disassembly as required, to conduct a nose-to-tail inspection of the entire airframe for condition, security, and corrosion with identification of all discrepancies and correction of all corrosion, major and critical structural defects, and safety-of-flight discrepancies. DLM is based on the structural repair and modification of the aircraft but also includes the induction, disassembly, inspection, repair, reassembly, and functional testing necessary to facilitate maintenance requirements. This includes, but is not limited to, inherent support functions that pertain to the research of technical requirements, refinement of local DLM procedures, and data entry. Cleaning, inspection, and minor rework of components are anticipated. In support of DLM, the company may also be required to perform aircraft maintenance procedures for servicing, scheduled and unscheduled maintenance, pre-flights, thru-flights, basic post-flights, special inspections, corrosion control, cleaning, ground handling, troubleshooting and adjustment, on-equipment repairs and component removal and replacement and ensuring documentation of maintenance actions in accordance with (IAW) aircraft specific technical data. The company would provide a workforce to support Government personnel in all phases of the DLM process. This work shall be performed in accordance with established Government manuals, drawings, directives, and instructions. Anticipated labor categories include, but are not limited to, Service Contract Act Codes 23021 Aircraft Mechanic I, 23022 Aircraft Mechanic II, 23080 Aircraft Worker, 23040 Aircraft Mechanic Helper, 23050 Aircraft Painter, 19010 Machine Tool Operator, 21210 Parts and Tool Attendant, 01410 Supply Technician, 01270 Production Control Clerk, 21030 Material Coordinator, 01113 General Clerk III, 23080 Ground Support Equipment Mechanic, 99610 Quality Control Inspector, 30084 Engineering Technician IV, 30085 Engineering Technician V, and 21410 Warehouse Specialist. The work will be performed at the United States Coast Guard Aviation Logistics Center, Elizabeth City, North Carolina. Currently the majority of the work is performed on two separate contracts. One is for USCG MH-60T Jayhawks DLM of 9 each annually (awarded to large business A) and the 2nd is for U.S. Air Force HH-60G Pavehawk DLM of 5 each annually (awarded to small business B). The Government is considering consolidating these requirements into one contract called scenario AB or keeping these requirements under two separate contracts called scenarios A and B. Please respond to the following questions in addition to submission of your company's capability statement: 1. Does your company currently provide DLM to customers who operate aircraft? If so, who is the customer? What number of aircraft does your company support? What model of aircraft and engines? What is the period of performance and contract number? Please provide a technical and contractual Point of Contact (POC). 2. The Government is contemplating awarding a 3 or 5 year contract. Can your company accurately reflect the price for either period of performance? What are your companies concerns regarding either period of performance? What impact would a 3 year contract have on price versus a 5 year contract? Please provide a percentage estimate the Government could expect to see in relationship to the difference and explain the rationale. 3. What type of contract does the commercial marketplace use for this kind of aircraft maintenance? 4. The Government is contemplating a hybrid Labor Hour/Firm Fixed Price service contract under NAICS Code 488190. Does your company have any concerns with Labor Hour, FFP or a hybrid Labor Hour/FFP contract or the use of NAICS Code 488190 for this requirement? 5. Please provide a Rough Order of Magnitude (ROM) for scenarios A and/or B and/or AB if interested for the 12 month base year and all 12 month option years (3 and 5 year periods of performance). 6. What does your company recommend as a minimum transition period for phase in? Using your company's recommended transition period would it be reasonable of the Government to expect 100% contractual performance immediately following the transition? If 100% cannot be expected immediately following the transition period identified, how long would your company require before the Government should reasonably expect you to obtain 100% contractual performance? What is the significant issue driving the additional time period of expected performance? 7. Does your company have the financial resources to support a contract of this size for scenario A and/or B and/or AB? Please describe financial capability. 8. Does your company have the management capability to support a contract of this size for scenario A and/or B and/or AB? Please describe management capability. 9. Does your company have the ability to recruit and retain a skilled labor force to perform a contract of this type and size for scenario A and/or B and/or AB? Please describe ability to recruit and retain a skilled labor force to perform a contract of this type and size for A and/or B and/or AB. 10. Does your company have experience working with civil service to accomplish a common goal or project such as DLM or a similar project? Please describe. 11. Does your company anticipate performing the majority of DLM or does your company see the need to utilize a number of sub-contractors to perform these efforts? 12. The Service Contract Act (SCA) applies to scenario B and AB and a Collective Bargaining Agreement (CBA) applies to scenario A and AB. Would the applicability of SCA or CBA affect your company's decision to participate in any resulting competition? If yes, please explain. What obstacles or challenges may result from applicability of SCA or CBA for scenario's A and/or B and/or AB? 13. If the Government proceeds with scenarios A and B, the successful offerors will be required to maximize use of existing labor force during times of idle capacity. This may result in successful offerors from scenarios A and B having to work together to perform DLM on either USCG or DOD Rotary Wing Aircraft. Do you anticipate any challenges with this maximization of existing labor force? Describe how your company would overcome these challenges. 14. Is your company a large or small business? If small, define your company's socioeconomic classification. 15. If your company would like to propose as a prime on any potential forthcoming solicitation, what does your company think would be appropriate small business subcontracting goals? (categorize by small business type and percentage of total contract value based on your company's ROM). 16. If your company is a small business, are you capable of performing at least 50% of the work, in order to comply with FAR Clause 52.219-14, specifically 52.219-14(c)(1), "At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern." Responses may include data that companies do not want disclosed to the public for any purpose or used by the Government except for information purposes. If your company wishes to restrict the data, the title page must be marked with the following legend: Use and Disclosure of Data: This response includes data that shall not be disclosed outside the Government and shall not be duplicated, used, or disclosed -- in whole or in part -- for any purpose other than to evaluate this response. This restriction does not limit the Government's right to use information contained in these data if they are obtained from another source without restriction. The data subject to this restriction are contained in Data Sheets [insert numbers or other identification of sheets]. Your company may also mark each sheet of data it wishes to restrict with the following legend: quote mark Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this response. quote mark Any questions should be submitted via email to Victoria Kocher at Victoria.H.Kocher@uscg.mil and Bethany Rosser at Bethany.R.Rosser@uscg.mil. Responses to this RFI along with any white papers, capability statements, company literature, and brochures shall be emailed to Victoria Kocher and Bethany Rosser, or mailed to Commanding Officer, Aviation Logistics Center, 1664 Weeksville Rd, MRR Product Line Div., Bldg 79, Elizabeth City, NC 27909, ATTN: Contracting Officer. Telephone responses will not be accepted. Responses must be received no later October 28, 2014 at 2:00 p.m. EST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGARSC/HSCG38-15-S-J00001/listing.html)
 
Place of Performance
Address: Aviation Logistics Center, 1664 Weeksville Rd, Elizabeth City, North Carolina, 27909, United States
Zip Code: 27909
 
Record
SN03535622-W 20141001/140930022325-1964c5825f297841ff3d88929e7db536 (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.