Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 21, 2017 FBO #5872
MODIFICATION

J -- Progressive Structural Inspection (PSI) and Depot Level Maintenance (DLM) of C-130H and C-130J Aircraft

Notice Date
12/19/2017
 
Notice Type
Modification/Amendment
 
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
70Z03818RH0000002
 
Point of Contact
Victoria H. Kocher, Phone: 252.334.5209, Nancy F DeBerry, Phone: 252-335-6291
 
E-Mail Address
victoria.h.kocher@uscg.mil, nancy.deberry@uscg.mil
(victoria.h.kocher@uscg.mil, nancy.deberry@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
RELEASE OF THE REQUEST FOR PROPOSAL HAS BEEN DELAYED. ANTICIPATED DATE FOR POSTING TO THIS GOVERMENT POINT OF ENTRY IS JANUARY 5, 2018. This is a Pre-Solicitation Notice and NOT a Request for Proposal (RFP) Solicitation. The purpose of this Notice is to allow prospective Offerors to make an informed judgment as to whether a copy of the Solicitation should be requested. The formal RFP Solicitation will be officially issued and posted to this website after the closing date of this Notice. The U.S. Coast Guard (USCG), Aviation Logistics Center (ALC), Long Range Surveillance (LRS) Procurement Branch, Elizabeth City, NC 27909 intends to solicit proposals and award one Indefinite-Delivery Indefinite-Quantity (IDIQ) Time and Materials (T&M) contract with some Firm Fixed Price (FFP) Contract Line Item Numbers (CLINs) for Progressive Structural Inspection (PSI) and Depot Level Maintenance (DLM) of C-130H and C-130J Aircraft. Labor Hour task orders will be issued off the base contract as PSI and DLM Support Services are required. The Contractor shall provide qualified Contractor employees to perform all requirements specified in the Statement of Work (SOW). In addition, the Contractor shall provide all equipment, supplies, training, materials, and personal protective equipment for Contractor employee safety except for those items specified as Government furnished. Government Furnished Equipment, Property, and Materials will be specified in the SOW. The Contractor shall be responsible for the following functional areas: -PSI (and all de-painting and painting) of C-130H and C-130J aircraft -Depot Level repairs to C-130H and C-130J aircraft and system components -PSI Extension Inspections (PEI) -UDLM including Time Compliance Technical Order (TCTO) development and implementation -Non-Routine Repairs -Contract Field Team (CFT) support at various USCG Air Stations or other areas as designated -Procurement, storage, stocking of inventory, control, accounting, issue, and shipping of supply parts and aeronautical equipment for C-130H and C-130J aircraft -Preservation, storage, and maintenance of replacement aircraft parts -Tracking and reporting the supply status on all parts associated with the PSI -Providing scaffolding and work platforms for use around aircraft undergoing PSI and DLM -An Earned Value type tracking system approved by the Contracting Officer -Technical engineering support in aeronautical and avionics fields -Aircraft Sheet Metal Shop Support and Machine Shop Support -Component Repair on T-56 engines and C-130H propellers -Maintenance on AE 2100D engines and C-130J propellers -Inspection of Center Wing Box -Rapid Modification Production Line -Avionics Modernization Line -Ground and Flight Support of Unscheduled DLM aircraft transferred to LRS, to include repair of flight and non-flight generated discrepancies, hourly and calendar Maintenance Due List (MDL) items, aircraft fueling, de-fueling, and fireguard duties to launch aircraft The USCG anticipates utilizing the following Labor Categories: C-130 PSI Quality Assurance Manager* C-130 PSI Production Manager* C-130 PSI Cell Supervisor* C-130 PSI Structural Specialist* C-130 PSI Aircraft Lead Mechanic* C-130 Engine Shop Lead* Sheet Metal Shop Lead* Machine Shop Lead* C-130 Electrical/Avionics Leader* Avionics Technician I Avionics Technician II Machinist (Machine Tool Operator) Upholsterer Data Entry Clerk Production Control Clerk Supply Clerk Parts and Tool Attendant Aircraft Mechanic I Aircraft Mechanic II Senior Mechanical Technician Aircraft Mechanic Helper Aircraft Painter Flight Line Attendant & Ground Support Equipment Servicer *Denotes Key Personnel The North American Industry Classification System (NAICS) code is 488190 with a small business size standard of $32.5M in average annual receipts. The Product Service Code (PSC) is J015. This acquisition will be solicited using a Request for Proposal (RFP) and awarded in accordance with FAR Part 12-Acquisition of Commercial Items in conjunction with FAR Part 15-Contracting by Negotiation. This acquisition will utilize the best value source selection continuum procedures by applying a trade-off process in accordance with FAR 15.101-1 to determine which Offeror provides the best value to the Government. The Contractor's place of performance shall be at the USCG Heavy Maintenance Facility (HMF) located at ALC in Elizabeth City, NC with the exception of de-paint and paint services; and travel performed by Contractor Field Teams (CFT) to field units if the need arises. Inspection and acceptance shall be performed by onsite USCG Quality Assurance personnel and the Contracting Officer's Representative (COR). Delivery terms are F.o.b. Destination. The Ordering Period for the resultant contract will consist of one (1) base ordering period of twelve (12) months, and four (4) twelve (12) month optional ordering periods. The basis for award of a contract rests with the submission of an offer conforming to the solicitation which will be most advantageous to the Government, price and other factors considered, inclusive of affirmative determination of responsibility, acceptable past performance, and the Contracting Officer's determination of fair and reasonable pricing. All responsive, responsible sources may submit a proposal, which shall be considered by the agency. All responsible sources may request a copy of the solicitation, in writing. Request for Solicitation may be submitted by indicating solicitation number. Only written or emailed requests will be honored. Telephone requests will not be accepted. The date for award of the contract is anticipated to be March 2018. Solicitation number 70Z03818RH0000002 is assigned for tracking purposes and subsequent notices for this requirement will be issued under the same number. The point of contact for this solicitation is Ms. Victoria Kocher, Contract Specialist, email Victoria.H.Kocher@uscg.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGARSC/70Z03818RH0000002/listing.html)
 
Place of Performance
Address: U.S. Coast Guard Aviation Logistics Center, 1060 Consolidated Rd., LRS Product Line Division, HMF 1, (Mailing Address is 1664 Weeksville Rd., LRS PLD), Elizabeth City, North Carolina, 27909, United States
Zip Code: 27909
 
Record
SN04770706-W 20171221/171219231032-c9ceb56a9bf00ea5e129f11587ae49be (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.