MODIFICATION
A -- Joint Primary Aircraft Training System (JPATS)
- Notice Date
- 11/13/2003
- Notice Type
- Modification
- Contracting Office
- ASC/YTJV 1970 Monahan Way Bldg 11A Wright-Patterson AFB OH, 45433-7211
- ZIP Code
- 45433-7211
- Solicitation Number
- F33657-03-R-0009
- Response Due
- 4/28/2003
- Archive Date
- 12/31/2003
- Point of Contact
- Cheryle Lankford, Trini Rendon,(937) 904-4197, (937)904-4286
- E-Mail Address
-
Email your questions to cheryle.lankford@wpafb.af.mil; trinidad.rendon@wpafb.af.mil
(cheryle.lankford@wpafb.af.mil; trinidad.rendon@wpafb.af.mil)
- Description
- NOTE: THIS SYNOPSIS HAS CHANGED AND WILL BE SUPERCEDED BY SOLICITATION #FA8617-04-R-6150 WHICH SHOULD BE POSTED BY 14 NOVEMBER 03. The Joint Primary Aircraft Training System (JPATS) Aircraft Program, Wright-Patterson AFB, OH is conducting a market survey for the follow-on Contractor Logistics Support (CLS) of theT-6A Texan II aircraft. We anticipate a 10-year Firm- Fixed Price/Time and Materials, Indefinite Delivery/ Indefinite Quantity (IDIQ) contract with contract award approximately 31 December 2004. The T-6A is a derivative of the Pilatus PC-9 MK II, which uses Non-Developmental Items (NDI) or commercially available items to meet most system requirements. The T-6A was missionized by Raytheon Aircraft Company (RAC), Wichita, Kansas to replace the United States Air Force USAF) T-37B and the United States Navy (USN) T-34C primary training aircraft. The T-6A is a low wing, high performance, pressurized, turboprop aerobatic trainer. The T-6A will provide entry-level students with the skills necessary for contact/familiarization, instruments, formation, and navigation during both day and night conditions. T-6A training will lead to a level of proficiency that permits transition into one of the USAF or USN advanced pilot training tracks. The T-6As are presently stationed at four main operating bases (MOB): Randolph AFB, Texas; Moody AFB, Georgia; Laughlin AFB, Texas; and Naval Air Station (NAS) Pensacola, Florida. At the end of this 10-year CLS follow-on support contract (through FY 2014), there will be 782 aircraft in the field at these additional bases: Sheppard AFB, Texas; Vance AFB, Oklahoma; and Columbus AFB, Mississippi; NAS Whiting, Florida; and NAS Corpus Christi, Texas. The CLS follow-on contract will include on-equipment maintenance, off-equipment maintenance, component repair, engine repair, material support services, Contractor Operated Managed Base Supply (COMBS) and contractor field teams. The USAF has a two-level maintenance concept organizational and depot). Organizational-level maintenance (on-equipment and selected off-equipment tasks) will be performed by a mix of contractor and/or civil service personnel. The remaining depot level maintenance off-equipment) will be provided through the CLS follow-on contract. The USN has a three-level maintenance concept, using contractor-performed (a) organizational, (b) intermediate, and (c) depot level maintenance. The CLS contractor will manage, schedule and provide all maintenance and material support services, including quality control in accordance with the manufacturer?s applicable approved maintenance requirements for the aircraft. At a minimum, the CLS contractor will need associate contractor agreements with the aircraft manufacture/ sustaining engineering contractor (Raytheon Aircraft Company, Wichita KS) and major subsystem contractors for avionics, engines, etc. A majority of parts are available only from Raytheon Aircraft Company. THIS IS NOT A REQUEST FOR PROPOSAL SUBMISSION. It is a market research tool to determine the availability and adequacy of potential sources. Firms responding to this announcement should indicate whether they are a large or small business, small disadvantaged business, woman-owned small business, HUBZone small business and/or service disabled veteran-owned small business. The North American Industrial Classification System (NAICS) Code 336411, Aircraft Manufacturing, applies to this acquisition with a size standard of 1,500 employees. All prospective contractors must be registered in the Central Contractor Registration (CCR) database to be awarded a DoD contract. Interested sources are encouraged to first register as source on the PIXS Web Site (http://www.pixs.wpafb.af.mil). In addition, interested firms should submit sufficient information that will permit evaluation of technical capabilities. Information should be pertinent and specific to CLS and address the following: (1) Experience: An outline of previous or current contracts of the same type and scale as defined in this synopsis; (2) Personnel: Name, professional qualifications and specific experience of personnel who may be assigned to key positions for this contract; (3) Any other specific and pertinent information that would enhance our consideration and evaluation of the information submitted. All parties are asked to provide a telephone number, an e-mail address and a facsimile number in their response. Information marked ?Proprietary? will be protected and will not be divulged unless mandated by existing laws. This information should be submitted in writing to ASC/YTJV, 1970 Monahan Way, Bldg 11A, WPAFB OH 45433-7211 not later than thirty (30) days from the publication of this notice. The point of contact is Cheryle Lankford (937) 904-4197. Any non-technical and/or contractual questions should be referred to the above individual. Program/technical questions should be directed to Jerome Yates (937) 904-4235. An Ombudsman has been appointed to address concerns from offerors or potential offerors during the proposal development phase of this acquisition. The Ombudsman does not diminish the authority of the program director or contracting officer, but communicates contractor concerns, issues, disagreements and recommendations to the appropriate Government personnel. Potential offerors should use established channels to request information, pose questions and voice concerns before restoring to use of the Ombudsman. Potential offerors are invited to contact ASC?s Ombudsman, Mr. Michael Higgins, at (937) 255- 6005 or e-mail michael.higgins@wpafb.af.mil. Information contained in this synopsis is for information and planning purposes only, it does not constitute a Request for Proposal (RFP) and it is not to be construed as a commitment by the Government. For more information on 03R0009W--Joint Primary Aircraft Training System (JPATS) please refer to http://www.pixs.wpafb.af.mil/pixslibr/03R0009W/03R0009W.asp
- Web Link
-
03R0009W-Joint Primary Aircraft Training System (JPATS)
(http://www.pixs.wpafb.af.mil/pixslibr/03R0009W/03R0009W.asp)
- Record
- SN00468968-W 20031115/031113212356 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |