SOLICITATION NOTICE
J -- Contract employee(s) to provide maintenance and/or training for Goodrich High Performance Hoist for MO-AVCRAD, Springfield MO.
- Notice Date
- 2/9/2007
- Notice Type
- Solicitation Notice
- NAICS
- 561310
— Employment Placement Agencies
- Contracting Office
- USPFO for Missouri, 7101 Military Circle, Jefferson City, MO 65101-1200
- ZIP Code
- 65101-1200
- Solicitation Number
- W912NS07R0005
- Response Due
- 2/23/2007
- Archive Date
- 4/24/2007
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The request for proposal is being issued as a small business set-aside under NAICS 561310 with provisions and clauses through FAC 05-15. The requirement is for a Base Year Period plus 4 O ption Years. Statement of Work for both positions is as follows: General Information: The Missouri Army National Guard Aviation Classification Repair Depot, Springfield, MO is seeking a contractor capable of providing one (1) maintenance person who has received OEM training on the Goodrich High Performance Hoist Model 42305 in the areas of AVUM, AVIM, and limited Depot level maintenance. Contractor shall provide an instructor, one (1) who has documented experience performing classroom training and technical experience performing maintenance on the Goodrich High Performance Hoist Model 42305. The Instructor will be required to perform trai ning while on TDY status as necessary, travel, per diem, etc. costs are reimbursable. It is anticipated that neither position be full-time and is possible to meet both requirements (maintenance and training) with one individual acting as an AIRCRAFT MECHANIC while performing maintenance and as an INSTRUCTOR when conducting classroom trainin g and course preparation. The contract to be awarded as a Base Year plus 4 Option Years. Maintenance Personnel Duties/Responsibilities 1. Maintains, repairs, and modifies complex high speed hoist used in military aircraft. Depot level maintenance and repair IAW applicable technical manuals, Depot Maintenance Work Requirements (DMWRs), and Maintenance Engineering Calls (MECs) which have b een documented as approved by AMCOM. No Depot maintenance and repair shall be performed without explicit approval for MO AVCRAD Production Control and Maintenance Office. 2. Maintains and repairs high speed hoist components 3. Applies technical knowledge of the high speed hoist to determine equipment malfunctions 4. Applies professional technical expertise in restoring equipment condition and operation 5. Applies professional technical expertise and guidance to solve complex problems by interpreting technical data such as blueprints or manufacturers manuals 6. Required to make entries in high speed hoist logs and records required of the Army Maintenance Management System Aviation (TAMMS-A). Records and reports shall be complete and accurate IAW DA PAM 738-751. 7. Maintain a technical library to ensure publications are available to aviation maintenance personnel. Coordination shall be made with the MO AVCRAD Publication Library to ensure the most current publications IAW DA PAM 25-30 are on hand or on order. 8. Prepare a plan, if applicable, that describes the contractors methodology to maintain accountability of all Government Furnished Property (GFP) throughout the life of the contract. Maintenance Personnel Qualifications 1. Thoroughly comprehensive knowledge of high speed hoist troubleshooting/repair procedures and replacement of components 2. Ability to determine the functionality of non-complex electrical systems 3. Detailed knowledge of high speed hoist unique tools such as test equipment, torque wrenches, dial indicators, micrometers, etc. 4. Experience and ability to provide technical support to structural/mechanical engineers and customers alike 5. Excellent organization skills in prioritizing workload to meet aircraft delivery schedule. Examples of Likely Maintenance Actions 1. General maintenance including: preventative maintenance checks and services, special inspections, corrosion control and spot painting 2. Diagnosis and troubleshooting of maintenance related problems 3. Application of required modifications 4. Fabricatio n of maintenance work aids and special tools 5. Unit and intermediate maintenance required on the cable assembly, hook assembly, boom head assembly, winch assembly, limit switch drive assembly, main motor assembly, control pendant assembly, and boom positioning support assembly. 6. Limited depot level maintenance as authorized on the boom head assembly, winch assembly, limit switch drive assembly, main motor assembly, control panel, control pendant assembly, boom positioning support assembly, and rescue hoist power cable. 7. Maintenance actions performed are likely to include, but are not limited to, those listed in the Maintenance Duties and Responsibilities and Likely Actions. Technical Instructor/Course Developer 1. Responsible for high speed hoist maintenance and limited operator training curriculum revision and maintenance. Courses may be instructor-based, computer-based, simulator-based, interactive, or non-interactive. Instructors must be qualified with docum ented experience. 2. Develop Program of Instruction (POI) for the Goodrich High Performance Hoist Model 42305. Organize and draft a curriculum that breaks a complex subject into blocks or units of instruction. Creates graphics and integrates them into the curriculum. 3. The instructor must teach short technical courses in accordance with approved curriculum to maintain proficiency and to evaluate and develop new instruction techniques/courses. 4. Incorporates new curriculum into the teaching process (e.g., develops clarification or examples of application related to the subject matter). 5. Develops and maintains classroom techniques that reflect professionalism, good discipline and enhance teaching. 6. Develops alternative teaching techniques and scenarios to maintain high motivation and interest in the subject area 7. Acts as testing officer and 8. Conducts test analysis and develops or revises test items. Training Concept Plan The purpose of the plan is to provide Army and Army National Guard MEDEVAC units equipped with the Goodrich High Performance rescue Hoist Model 42305-R1 with the capabilities to perform operator, organizational and intermediate level maintenance, and to pr ovide a better understanding of rescue hoist operations. The scope of the course of instruction should be broken down into two (2) major areas: hoist operation and hoist maintenance as follows: Hoist Operations General characteristics Hoist installation, aircraft Hoist control operation Operational checks and procedures Brief overview of hoist operations and operator training Hoist Maintenance Removal and replacement of major hoist assemblies Inspection of major hoist assemblies, and subassemblies Adjustments of clutch and brake assemblies Cable replacement Adjustment of all limit switches Troubleshooting procedures Preventative maintenance checks Servicing data Hoist log book requirements The contractor shall be responsible for tracking man hours and TDY travel costs, providing a monthly or bi-monthly report to be approved by the Contracting Officer Representative (COR). The report shall detail the category and hours the employee has work ed the wage applicable to that category by date. Travel costs exclusive of the employee(s) wages shall be detailed to identify the reimbursement owed by the Government. It is anticipated the contractor shall comply with the JTR for travel expenditures. Proposal Instructions: The contractor shall review the performance work statement and complete the information requested at provision 52.212-3 Offeror Representations and Certifications-Commercial Items. Provide resume(s) of the Contractors prospective employee(s) with a copy of OEM Training certificate. Pricing to be stated as the hourly rate to be provided to the prospective employee(s). Anticipated hourly rates shall be stated for the Option Years o r the anticipated percent of annual increase. Note: US Department of Labor Wage Determination appli cable to this procurement is Greene County, MO. Wage Determinations may be obtained at www.dol.gov. The contractor shall provide a company past performance statement to include the name of three (3) previous customers, address, telephone number and name of an individual that may be telephonically contacted for past performance reference. Evaluation Factors 1. Management of the contractor to provide technically capable employees. The Government shall contact past performance references for overall evaluation of the management of the company providing the employee(s). Including the ability to provide reports for COR approval. 2. Technical capability of the prospective employee(s) to be provided under the performance statement of work. The Government shall review the prospective employees resume for a source selection rating. 3. Pricing to be stated in an hourly rate by category, the rate shall include any benefits to be offered to the employee in total. Provide option year rates. 4. Management and technical capability of prospective employee when combined shall be equal to price in determining the selected source for award. The following provisions and clauses are applicable:52.212-1 Instructions to Offerors--Commercial Items, 52.217-5 Evaluation of Options, 252.204-7004 AltA Central Contractor Registration, 52.204-9 Personal Identity Verification of Contractor Personnel, 52. 212-2 Evaluation -Commercial Items (See Evaluation Factors above), 52.212-3 Offeror Representations and Certifications --Commercial Items, 52.212-4 Contract Terms and Conditions--Commercial Items, 52.212-5 Contract Terms and Conditions Required to Implemen t Statutes or Executive Orders--Commercial Items (a) (b)(3)(5)(10)(14)(15)(16)(17)(18)(19)(20)(21)(32) or (33)(c)(1)(2)(3)(d)(e), 52.217-8 Option to extend Services, 52.217-9 Option to extend the Term of the Contract. Proposals will be accepted via e-mail to mary.lea@us.army.mi or facsimile (573) 638-9619.
- Place of Performance
- Address: USPFO for Missouri 7101 Military Circle, Jefferson City MO
- Zip Code: 65101-1200
- Country: US
- Zip Code: 65101-1200
- Record
- SN01229523-W 20070211/070209220912 (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 |