Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 28, 2016 FBO #5179
SOLICITATION NOTICE

J -- ENGINEERING SERVICES FOR C-20/C-37 FLEET

Notice Date
1/26/2016
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
DEPARTMENT OF THE AIR FORCE; 3001 STAFF DR STE 1AG1 104A; TINKER AFB; OK; 73145
 
ZIP Code
73145
 
Solicitation Number
FA8106-16-R-0006
 
Response Due
3/2/2016
 
Archive Date
5/31/2016
 
Point of Contact
Kevin Dittmer, Phone 405-739-2321, Fax - -, Email kevin.dittmer@us.af.mil
 
E-Mail Address
Kevin Dittmer
(kevin.dittmer@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
SYNOPSES OF PROPOSED CONTRACT ACTION IAW FAR 5.201 - PROPOSALS ARE NOT REQUESTED AT THIS TIME. Product or Service Code: J015 Date: 26 June 2016 Contracting Office Address: 3001 Staff Drive STE 1AC4 105A, Tinker, AFB, OK 73145-3303 Subject: Engineering Services for the C-20 and C-37 aircraft fleet. Proposed Solicitation Number: FA8106-16-R-0006 Closing Response Date: Synopsis will close on 31 January 2016. Estimated RFP issue date: 1 February 2016. Estimated RFP proposal due date: 2 March 2016. Contracting Officer: Kevin Dittmer, kevin.dittmer@us.af.mil, 405-739-2321 Contract Line Item Number: CLIN structure can be located within the RFP Section B posted on FBO under FA8106-16-R-0006. Description: The C-20/C-37 fleet provides world-wide Special Air Missions/Executive Airlift for senior ranking Government and Department of Defense (DoD) officials. These aircraft are equipped to facilitate Command and Control capability. The C-20 is a militarized version of the Federal Aviation Administration (FAA) type certificated Gulfstream GIII, GIV or GIV-SP aircraft and the C-37 is a militarized version of the FAA type certificated Gulfstream GV or G550 aircraft. The current USG fleet consists of 18 each C-20's and 21 each C-37's Gulfstream aircraft. Secret security clearance is required for the company and their employees having access to mission sensitive equipment and/or mission profiles. The company must provide classified storage and communication capability at place of contract performance. The Government intends to award an Engineering Services Contract (ESC) to provide design, modification, production, Field Service Representatives (FSR), subscription services and technical/maintenance manuals including, Gulfstream commercial manual services, commercial technical data and shall maintain a current master copy of all unique manuals. Technical publication sustainment and material support data for C-20/C-37 and like Gulfstream aircraft platforms will be required. Timeliness of technical interchanges is a critical performance requirement. In support of this requirement, the contractor shall be capable of providing personnel with specialized skills including (but not limited to): Gulfstream aircraft aerodynamics, structural and electrical design, stress analysis, corrosion inspection and analysis, jet engine engineering (Rolls-Royce specific and must have an agreement in place that allows access to engine source data and other applicable OEM data necessary to support performance), secure communication systems, Aircraft Infrared Countermeasure systems, maintenance and modification planning, non-destructive testing, technical writing, aircraft mishap/crash investigation assistance and access to FAA certified Designated Engineering Representative (DER), Designated Alteration Station (DAS), and/or Organizational Designation Authorization (ODA) support for Gulfstream GIII, GIV, GIV-SP, GV and G550 aircraft. Requirements may be inclusive of aircraft repair, maintenance and inspection which can be accomplished concurrently with Engineering Assignments (EAs), aircraft modifications or drop-ins. The contractor shall be capable of providing all required engineering support inclusive of labor, material, facilities and equipment necessary to accomplish engineering, studies, analysis of systems, analysis of materials, analysis of stress, analysis of aerodynamics, and provide sound engineering recommendations. Additionally, the offeror shall be required to provide labor, facilities, materials and expertise necessary to accomplish aircraft maintenance and modification, repair, overhaul, re-manufacturing, test, packaging, preservation, and security as required by the Government. The contractor will be responsible for supply chain management consisting of logistics, forecasting of parts and materials, parts procurement, management of obsolescence program, and delivery of serviceable assets as required by the engineering services contract. The USG and its customers rely upon existing commercial infrastructure to support this fleet and to manage the aircraft to FAA airworthiness standards. Provision of this support may be required on-site at operational locations or via email and telephone communications. The successful offeror will be required to provide support as requested by the USG at time of need. Notice to Interested Parties: Gulfstream Aerospace Corporation, the Original Equipment Manufacturer (OEM), has provided the USG notice they are unwilling to lease, sell or otherwise share proprietary airframe/aircraft specific technical data to any party outside corporate boundaries. This is inclusive of any specialized mission communications systems or avionics technical data that may be considered proprietary to the OEM. This is a high visibility program with a high operational tempo which is further complicated by the principle users and their mission. Duration of the contract period: The ordering period under this proposed contract shall be from initial contract award through each exercised option period for a maximum contract length of 5 years and 6 months (which includes the possible extension of services up to six months IAW FAR 52.217-8.) The minimum required performance for this contract is the Base Period/Phase-in of one year. Total ordering period of this contract is subject to the availability of funds. Electronic procedures will be used for this solicitation. Place of Performance: Andrews AFB, MD, Ramstein AB, GE, Hickam AFB, HI, Kaneohe Bay Hawaii, MacDill AFB, FL, Reagan National Airport, Washington DC, Sigonella, IT, Point Mugu, CA, and awardees depot maintenance facilities. Set-aside Status: This requirement is not set-aside for small business. Technical data required in order for interested parties to respond to the solicitation will not be furnished as part of such solicitation; reference RFI number: FA8106-ESC-2015, posted 11 May 2015.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA8106-16-R-0006/listing.html)
 
Record
SN04000556-W 20160128/160126233835-cd0d8fafd923f776dc3e91a417fcf3a5 (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.