Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 08, 2020 SAM #6796
SOLICITATION NOTICE

R -- MC-130J Engineering Support Services

Notice Date
7/6/2020 7:38:42 AM
 
Notice Type
Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
FA8509 AFLCMC WIUKA ROBINS AFB GA 31098-1670 USA
 
ZIP Code
31098-1670
 
Solicitation Number
FA8509-20-R-0017
 
Response Due
7/22/2020 1:30:00 PM
 
Archive Date
08/06/2020
 
Point of Contact
Erica Barnes, Phone: 4789264942
 
E-Mail Address
erica.barnes.1@us.af.mil
(erica.barnes.1@us.af.mil)
 
Small Business Set-Aside
8AN 8(a) Sole Source (FAR 19.8)
 
Description
06 July 2020 The purpose of this announcement is to�incorporate solicitation amendment FA8509-20-R-0017-0001�to update and remove�clauses�in Section I, and�to incorporate�the revised Performance-Based Work Statement (PWS) dated 02 July 2020� in Section J. The previous PWS version is hereby deleted and replaced with this new version. The proposal due date is hereby extended from Wednesday, 15 July 2020 to Wednesday, 22 July 2020 at 4:30 PM EST. ------------------------------------------------------------------------------------------------------------------------------- 15 June 2020 The Robins AFB Special Operations Forces/Personnel & Recovery Contracting Section has a sole source requirement to provide MC-130J aircraft sustaining engineering services and technical support for systems on Air Force Special Operations Command (AFSOC) aircraft throughout their life cycles. This effort will require the contractor to define, assess, and resolve various engineering and technical support issues for the MC-130J aircraft (hereafter referred to as �the aircraft� or �MC-130J�) systems and subsystems. The contractor shall provide an enhanced engineering design and analysis capability, support aircraft modifications, address operational capability improvements, analyze/recommend aircraft availability improvements, suggest reliability and maintainability actions, perform replacement system analysis, assist with resolving deficiency reports, and assist with aircraft troubleshooting/repair. The contractor shall provide engineering support for all MC-130J modifications to include, but not limited to, Increment 3, Defense System Upgrade (DSU), Electronic Warfare Bus, Cotton Mouth, Buffer Boards, and Auxiliary Flight Deck Station (AFDS) and develop implementation / installation integration plan and provide reach back support during kit installations as technical support. The contractor shall also be required to perform logistical studies, develop Time Compliance Technical Orders (TCTO), submit technical order (TO) change packages, determine parts obsolescence solutions, develop prototypes, address drawing deficiencies, and perform other sustaining engineering activities required for weapon system sustainment. This acquisition will benefit the government by assisting Multi-Function Teams (MFT) with logistics and addressing technical and engineering matters relating to the overall sustainment of the aircraft platforms. When properly addressed/corrected, expediting resolution of these sustaining engineering issues will provide increased operational capability for the aircraft in the areas of operational safety, suitability, and effectiveness. The contract Period of Performance (PoP) is planned for a basic period of 12 months with four 12-month options. This requirement will be a Sole Source award to: �PCI Aviation, LLC 3480 Highway 21 Atmore, AL 36502 CAGE: 7NV00 IAW FAR 19.808-1(e), The Government intends to award directly to PCI Aviation, LLC.� This item utilizes North American Industry Classification System (NAICS) code of 541330. Due to the circumstances described herein, the activity requests authority to acquire the engineering services listed in this document using Other Than Full and Open Competition (OTF&OC) as prescribed by FAR 19.811-1(b)(1). This action will result in the award of a Firm Fixed Price (FFP), Cost Plus Fixed Fee (CPFF) and Cost Reimbursement � No Fee (CRNF) (Travel only) contract for five (5) years with a 12 month basic Period of Performance (PoP) and four 12-month options. The projected validity period is 29 September 2020 thru 28 September 2025.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/0624d9df070b4bf0bf99712610426265/view)
 
Place of Performance
Address: Warner Robins, GA 31098, USA
Zip Code: 31098
Country: USA
 
Record
SN05711927-F 20200708/200706230147 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.