Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 23, 2016 FBO #5509
SOLICITATION NOTICE

J -- F-15 Programmed Depot Maintenance Kadena Air Base

Notice Date
12/21/2016
 
Notice Type
Presolicitation
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, PK/PZ - Robins AFB, 215 Page Rd, Robins AFB, Georgia, 31098-1611, United States
 
ZIP Code
31098-1611
 
Solicitation Number
FA8505-17-R-0004
 
Archive Date
5/31/2018
 
Point of Contact
Michelle Tran, Phone: 4789261954, Edward Mitchell, Phone: 478-327-5338
 
E-Mail Address
thuylinh.trannguyen@us.af.mil, edward.mitchell.3@us.af.mil
(thuylinh.trannguyen@us.af.mil, edward.mitchell.3@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
NOTE: The solicitation number for the F-15 PDM Kadena Air Base effort has changed from FA8505-16-R-0010 to FA8505-17-R-0004. Information posted prior to 21 Dec 16 shall be accessed under FA8505-16-R-0010. All current and updated information pertaining to F-15 PDM Kadena Air Base effort will be provided under FA8505-17-R-0004. This requirement is for F-15 aircraft Programmed Depot Maintenance (PDM). The PDM program provides continued depot maintenance to support the F-15 aircraft stationed at Kadena Air Base (AB), Okinawa, Japan. The requirement includes repair, modification, Time Compliance Technical Orders (TCTOs), Corrosion Control (CC), Analytical Condition Inspection (ACI), Drop-In Maintenance (DIM), and Individual Aircraft Tracking (IAT) inspection of F-15 C and D model aircraft. The program includes the dispatch of Contract Field Teams (CFTs) within the PACAF Theater for the repair of F-15 aircraft that require Unscheduled Depot Level Maintenance (UDLM). This is not a FMS requirement; however the contractor PDM Facility must be located within 833 Nautical Mile (NM) of Kadena AB. The period of performance for this requirement is planned for 6 years (1-year basic, 5-twelve month priced options). This acquisition will be conducted under the Source Selection procedures found in FAR Part 15.3 as supplemented. Specifically, the procedures in the DoD Source Selection Procedures where in a trade-off between non-cost factors and cost/price provides the Government with an opportunity to award to other than the lowest priced proposal or other than the highest technically rated proposal for a best-value contract. For this effort, there will be four separate and independent evaluation factors: Technical, Past Performance, Cost/Price, and Small Business Concern Utilization. This effort will be full and open competition. This acquisition will result in a Firm Fixed Price and Cost Reimbursement No Fee type contract. A Single-Award IDIQ type contract instrument will be used to award this effort. Any prospective contractor must be registered in the System for Award Management (SAM) database in order to be eligible for award. Registration requires applicants to have a DUNS number from Dun and Bradstreet. Registration may take up to three weeks to process. Recommend registering immediately in order to be eligible for timely award. Effective 01 Jan, 2005, the Federal Acquisition Regulation (FAR) requires the use of Online Representations and Certifications Application (ORCA) in Federal solicitations as part of the proposal submission process. All prospective contractors submitting an offer in response to the subject solicitation must go to http://www.bpn.gov/ to add or update its ORCA record. Interested offerors may notify the POCs listed above for any additional questions. NO TELEPHONE QUESTIONS. Offerors are encouraged to register to receive notification for solicitation and all amendments/revisions and to check FEDBIZOPPS site prior to submission of their proposal. UPDATES: The period of performance for this requirement has changed from 6 years (1-year basic, 5-twelve month priced options) to 12 years (1-year basic, 11-twelve month priced options). Interested Offerors are highly encouraged to provide feedback regarding pricing a 12 year contract. 1. Are there any risks associated with pricing a 12 year contract that would limit Offerors participation? If so, what are the risks? 2. What suggestions should the USG consider to minimize/mitigate an Offerors' risk in pricing a 12 year contract? The USG intends to publish the solicitation for this requirement on or before 20 Jan 17. Therefore, interested offerors are requested to provide feedback to the above questions no later than 03 Jan 17 by 4:00PM EST. Please email responses directly to Ms. Michelle Tran at thuylinh.trannguyen@us.af.mil and courtesy-copy Capt Edward Mitchell at edward.mithcell.3@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/FA8505-17-R-0004/listing.html)
 
Record
SN04357475-W 20161223/161221234659-f8c7db7fc5a9e5d29c9186f80c7e617e (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.