Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 16, 2016 FBO #5258
SOLICITATION NOTICE

J -- PHASE-IN/TRANSITION

Notice Date
4/14/2016
 
Notice Type
Presolicitation
 
NAICS
488190 — Other Support Activities for Air Transportation
 
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-0008
 
Response Due
6/10/2016
 
Archive Date
9/8/2016
 
Point of Contact
LaLinda Harrison, Phone 405-734-8393, Fax - -, Email lalinda.harrison@us.af.mil - Candace Dittmer, Phone 405-736-4585, Fax - -, Email candace.dittmer@us.af.mil
 
E-Mail Address
LaLinda Harrison
(lalinda.harrison@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is the synopses of a proposed contract action in accordance with FAR 5.201. The purpose of the proposed acquisition is to procure Contractor Logistic Support (CLS) for the E-9A Aircraft Fleet located at Tyndall Air Force Base in Panama City, Florida. The E-9A Program/Fleet needs a total integrated Contractor Logistics Support (CLS) contract for the support of the two aircraft fleet to meet the objective to maintain the commercial configuration and Federal Aviation Administration (FAA) certifications on the aircraft. This includes providing services to support missions, deployments, exercises, mission systems, parts, materials, technical data and engineering services. A solicitation will be issued in a competitive environment, 100% set-aside to small business. A firm fixed price type contract is contemplated. Line Item: 0001 PHASE-IN/TRANSITION Description: The Contractor shall perform all transition tasks on a non-interference basis, including all labor, materials, travel and joint inventory in accordance with (IAW) PWS in preparation for full contract performance Quantity: 3.0000 MO Line Item: X002 BASE OPERATIONS Description: All labor necessary to provide program support services for base operations, labor for flight operations, operating and maintaining a Contractor Logistics Support (CLS) services consisting of program management, subscriptions, technical support, planning and scheduling, deployment support, security and safety of the E-9A Program Line Item: X003 CONTRACTOR OPERATED & MAINTAINED BASE SUPPLY (COMBS) OPERATION Description: COMBS. The Contractor shall provide all direct and indirect labor and administrative support to operate a Contractor Operated and Maintained Base Supply (COMBS) including, but not limited to, providing administration of parts warranty for purchased items, inventory Management, issuing/exchanging, and replenishment of parts in the COMBS to maintain E-9A aircraft Line Item: X004 RECURRING ENGINEERING AND TECHNICAL SERVICES Description: Includes data, tools, facilities, laboratories and indirect materials. It involves reviewing, evaluating, and developing solutions for engineering and technical problems pertaining to the operation, installation, design, maintenance, logistical support, modifications, and repair of the aircraft and mission systems. Line Item: X005 FLYING HOURS Description: The contractor shall provide all components, parts, equipment, materials, bench stock and consumable... Line Item: X006 DEPOT LEVEL MAINTENANCE Description: Maintenance performed on or off equipment at a major repair facility. It can occur at the MOB if the work is accomplished by a team brought in to accomplish the work. Line Item: X006AA ENGINE HOT SECTION INSPECTION Description: Inspection of the engine hot section, teardown, inspection and reassemble of component using a FAA FAR Part 145 Repair Station. Line Item: X006AB PROPELLER OVERHAUL INSPECTION Description: Complete teardown, inspection and reassemble of component using a FAA FAR Part 145 Repair Station Line Item: X006AC LANDING GEAR OVERHAUL INSPECTION; NOSE Description: Complete teardown, inspection and reassemble of component using a FAA FAR Part 145 Repair Station Line Item: X006AD LANDING GEAR OVERHAUL INSPECTION; MAIN Description: Complete teardown, inspection and reassemble of component using a FAA FAR Part 145 Repair Station Line Item: X006AE STRIP & PAINT Description: The contractor shall perform all tasks relating to Strip and Paint IAW PWS paragraph 1.20.29. Line Item: X006AF PARTIAL STRIP & PAINT Description: The contractor shall perform all tasks relating to Strip and Paint IAW PWS paragraph 1.20.29. Line Item: X007 NSN: DATA Description: IN ACCORDANCE WITH THE REQUIREMENTS SET FORTH IN THE PWS 1.45 and 1.46 AND AS DESCRIBED IN APPENDIX... Line Item: X008 NSN: OVER OVER AND ABOVE Description: Charges not covered in the flying hour rate or separately priced in a contract line item. O&A Charges are Government directed tasks within scope of the contract but not specifically forecasted such as; bird strikes, lightning strikes, FOD, dropped or damaged components, as well as Government directed actions beyond the scope of the current contract but do not require a change in the PWS or any contract clauses. Line Item: X008AA NSN: OVER OVER AND ABOVE Description: This CLIN uses the fixed Hourly Rate in Appendix F, Pricing Matrix. This rate shall be used in negotiating a price when direct labor is involved for Over and Above requirements.All rates apply to the Prime Contractor and their Subcontractor's. Firm Fixed Price as directed by the ACO/PCO. To the maximum extent possible, O&A work shall be negotiated prior to performance of the work but in no case later than the time when 40 % of the work is completed Line Item: X008AB NSN: OVER OVER AND ABOVE Description: This CLIN uses the fixed Overtime Hourly Rate in Appendix F, Pricing Matrix. This rate shall be used in negotiating a price when direct labor is involved for Over and Above requirements.All rates apply to the Prime Contractor and their Subcontractor's. Firm Fixed Price as directed by the ACO/PCO. To the maximum extent possible, O&A work shall be negotiated prior to performance of the work but in no case later than the time when 40 % of the work is completed. Line Item: X008AC NSN: OVER OVER AND ABOVE Description: This CLIN uses the fixed Material Handling Rate in Appendix F, Pricing Matrix. The work called for under this item shall be accomplished when and as directed by the PCO/ACO in accordance with DFARS 252.217-7028 and the Additional Over and Above Work Procedures clause. To the maximum extent possible, O&A work shall be negotiated prior to performance of the work but in no case later than the time when 40 % of the work is completed. The Contractor shall provide a fixed Material Handling Rate representing the administrative costs of obtainingmaterials for Over and Above requirements not included in the flying hour rate. The rate shall be added to the negotiated price to determine a fixed price amount for the materials. All costs included within the fixed hourly rates or fixed price CLINs elsewhere in this contract must be excluded from calculations used by the Contractor to arrive at its Material Handling Rate. All cash and trade discounts, rebates, allowances, credits, salvage, commissions, and other benefits must be taken by the Contractor and applied to the benefit of the Government before the application of the Material Handling Rate. Material Handling Rate is not allowed for Freight or Travel and Per Diem Line Item: X008AD NSN: OVER OVER AND ABOVE Description: To provide those parts and materials for repairs Beyond Economical Repair (BER), including replacement of GFE support equipment. PWS 3.8. The work called for under this item shall be accomplished when and as directed by the PCO/ACO in accordance with DFARS 252.217-7028 and the Additional Over and Above Work Procedures clause. To the maximum extent possible, O&A work shall be negotiated prior to performance of the work but in no case later than the time when 40 % of the work is completed. Line Item: X009 TRAVEL Description: All travel requests shall be authorized by the ACO/PCO in advance of the travel. Any payment for travel and per diem cost for which a contractor is entitled to be paid, shall be made upon the submission of properly certified invoices, supported by such other evidence as required by the ACO, covering expenditures for which payment is sought. Payment shall be in accordance with FAR 31.205.46.The Contractor shall submit invoices at the completion of each scheduled event. Line Item: X010 Search and Rescue (SAR) Description: The contractor shall perform all tasks necessary to launch the aircraft. The contractor shall provide a SSR qualified maintenance technician to fly with the aircraft if requested by the 82 ATRS. Line Item: X011 ENGINEERING SERVICES Description: The contractor shall provide all labor to engineering tasks when directed by the PCO/ACO. Line Item: X012 AIRWORTHINESS DIRECTIVES, SERVICE BULLETINS & LOW COST MODIFICATI Description: The contractor shall perform all Airworthiness Directives (AD) and Service Bulletins (SB) initial and recurring inspections. The Contractor shall ensure that affected parts, including spare parts, are updated during AD and SB incorporation. The Contractor shall notify the Government of all applicable ADs, SBs, and Technical Directives. Once Government concurrence is received, the Contractor shall accomplish all applicable AD, SB and Commercial Technical Directives inspections/installations. The Contractor shall furnish labor, materials, and all required data to develop, design, fabricate, test, implement, and sustain Low Cost Modifications to aircraft and equipment when directed by the PCO. Written response is required Anticipated Award Date: 23 Feb 2017 Duration of Contract Period: 8 years and a provision for continuation of services extension up to six (6) months Electronic procedure will be used for this solicitation. An Ombudsman has been appointed to hear concerns from offerors or potential Offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call the Ombudsman at (405) 736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. The estimated issue date for the solicitation is 27 Apr 16. The estimated response date will be 10 Jun 16.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA8106-16-R-0008/listing.html)
 
Record
SN04084284-W 20160416/160414234632-f537d647cacb053d2369418e0226d6b3 (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.