SOURCES SOUGHT
J -- SOURCES SOUGHT NOTICE FOR CONTRACTOR TECHNICAL SERVICES (CTS) SUPPORT FOR ANAAC AND CSTC-A AIRCRAFT
- Notice Date
- 5/11/2010
- Notice Type
- Sources Sought
- NAICS
- 488190
— Other Support Activities for Air Transportation
- Contracting Office
- General Services Administration, Federal Acquisition Service (FAS), National Admistrative Services and Office Supplies Acquisition Center (2QSA), 26 Federal Plaza RM19-100, New York, New York, 10278, United States
- ZIP Code
- 10278
- Solicitation Number
- 02RF17100805
- Archive Date
- 6/2/2010
- Point of Contact
- Jason Moy, Phone: 7325329994
- E-Mail Address
-
jason.moy@gsa.gov
(jason.moy@gsa.gov)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT NOTICE- CONTRACTOR TECHNICAL SERVICES (CTS) SUPPORT FOR ANAAC AND CSTC-A AIRCRAFT INTRODUCTION: The General Services Association Region 2, 787 Nicodemus Avenue, 2 nd Floor, Fort Monmouth NJ 07703 is conducting a market survey to identify potential business sources that have the resources, capabilities, and experience to successfully provide rapid OEM certified CTS support services for maintenance and repair operations in support of Combined Security Transition Command-Afghanistan (CSTC-A) and ANAAC Ministry of Defense ( MOD) aircraft. GSA intends to use the information provided in response to this Sources Sought Synopsis/Request for Information (RFI) to aid in refining its acquisition strategy, budget assumptions, statement of work, and delivery schedule. The applicable NAICS code for this requirement is 488190 - Other Support Activities for Air Transportation. REQUIREMENT DESCRIPTION: The Government is interested in twenty-four (24) CTS, six (6) Primary at KAIA, six (6) Primary at Kandahar, six (6) Maintenance/Backfill for night shift at KAIA, and six (6) for a Field Repair Team (FRT), normally based at KAIA. Each team shall include two (2) translators. Two (2) in country Program Managers. One PM shall be located at KAIA; the second shall be based at Kandahar. All shall be stationed in Afghanistan, supporting the ANAAC. The CTS must be certified in one of the three disciplines (Airframe, Avionics, and Propulsion) and be knowledgeable in other two disciplines identified above; and OEM qualified in Mi-17 Variant/L-39C, (Mi-8/Mi-17/Mi-171/Mi-172), Mi-35/L-39 OEM maintenance procedures and provide intermediate/depot level dispositions. CTS teams shall have the ability to establish Tool control procedures, accomplish FOD control, use of Personal Protective Equipment (PPE), safety standards, and integrate with local HAZMAT facilities/procedures/storage/use/disposal. There will be four functional CTS categories. These categories are: •· Primary - Responsible for performing phased maintenance on the ANAAC Mi-17 fleet and possibly L-39C fleet. The Primary teams will, as practical, train the Afghans in the maintenance work, but the primary focus will be to expeditiously complete the phased maintenance. •· Kandahar - Phase maintenance team stationed at Kandahar; responsibilities shall mirror those of the Primary team. •· Maintenance/Backfill - Responsibilities of the Maintenance/Backfill team are to lead an Afghan maintenance team, teaching the Afghans the proper methods of fault diagnosis/isolation, and guiding them during repair/replacement during unscheduled maintenance. Maintenance/Backfill personnel shall augment the Kandahar team as required. •· Field Repair Team (FRT) - The primary responsibility of the FRT Repair team will be to perform field repair of ANAAC Mi-17/L-39C aircraft. The FRT CTS can be used as Primary CTS when not required for field repair duty. However, only those CTS designated FRT CTS can be used for field repair. Other CTS are not authorized to travel off post. All CTS shall recommend engineering solutions to ensure adequate and responsive engineering support is available for immediate support and determine requirements, when needed. The CTS shall monitor Warranty Claims/Resolution Paths and provide technical analysis and integration requirements in support of the ANAAC. The CTS shall monitor Aircraft Configuration/Engineering activities, Aircraft technical data provisioning, and Airworthiness determinations. •· CTS shall provide technical assistance including: •o Engineering, and engineering investigations. •o Inspection of new acquired aircraft and their historical records to include: a Preliminary Technical Inspection, Final Technical Inspection and Logbook Inspections. •o Service Life Assessments and Service Life Extension teams as required. •o Coordinating with the repair manager for those items that cannot be locally repaired based on OEM specifications. •o Reach back capability to OEM for technical issues. CERTIFICATION Each CTS shall be from a certified facility by the OEM/MiL Design Bureau Declaration and/or the Interstate Aviation Commission for Mi-17/L-39C variants and L-39/Mi-35 helicopter/equipment. Additionally, the CTS shall have the skills to perform repairs that meet the standards of the OEM/Russian Federation Civil Aviation Authority, or Comparable Government/Government entity. The CTS shall provide system and airframe troubleshooting recommendations and repair analysis to assist ANAAC maintenance personnel in returning aircraft to mission capable status. SUBMISSION CONTENT: Written responses to this RFI are requested to be no more than five (5) single-spaced, 8.5 x 11 inch pages using 12 point font minimum. If the material provided contains proprietary information, please mark accordingly and provide disposition instructions (submitted data will not be returned). Classified material shall not be submitted. The response should include, but is not limited to, the following: a) A one page company profile to include Small Business Administration (SBA) business size classification (i.e. large, small, small disadvantaged, service disabled, veteran owned, HUBZone, etc.), number of employees, Cage Code, DUNS number, NAICS Code, major products, primary customer base, statement on whether your interest in this sources sought is for the purpose of becoming the prime Offeror or to inquire about subcontracting possibilities, and points of contact who are able to discuss the material submitted. b) A description of the company's past experience and performance of similar contracts for aircraft CTS support. This description shall address and demonstrate, through prior and/or current experience, an understanding of, at a minimum, the following: (1) Non-Western Aircraft Procurement, (2) Program Management, (3) Export/Import Regulations, (4) Logistics, and (5) Delivery of aircraft in Afghanistan. c) A summary of the company's capability and approach to meet the requirement and delivery schedule objectives of this RFI and perform a contract of this magnitude. If the objectives can be met earlier than the Government's anticipated schedule, indicate the achievable dates. In addition, provide feedback on any of the Government's objectives which may unnecessarily drive schedule and/or cost. Indicate how those objectives may be tailored to improve schedule or reduce cost. d) A description of notional programmatic information including top level schedules and Rough Order of Magnitude (ROM) costs necessary to achieve the Government's objectives assuming a period of performance for o ne base year plus an option for an additional year. Place of performance will include a central base at Kabul, and up to five Forward Operating Bases. The Period of Performance (POP) of this task should start 30 days from date of award. Performance will take place at USG provided facilities at Kabul Afghanistan International Airport (KAIA), or other designated location as required. e) Any other technical information the company deems necessary to aid the government in making an informed assessment such as resource and aircraft availability and experience with exporting aircraft. f) Offeror's existing and potential Joint Venture information, if applicable. SUBMISSION INFORMATION: Interested offerors shall respond to this Sources Sought Notice/RFI no later than 5:00 PM (EST) on 18 May 2010. All interested offerors must be registered in Central Contractor Registry (CCR) to be eligible for award of Government contracts. Interested offerors may mail, fax, or email responses; email is the PREFERRED method FOR SUBMITTING responses to this synopsis. Electronic responses shall be submitted in Microsoft Word or Microsoft Excel format, or Portable Document Format (PDF). Submit responses to the following: Email: jason.moy@gsa.gov Mail/FEDEX: Jason Moy Contracting Officer GSA Federal Acquisition Service 787 Nicodemus Ave, 2nd FL Fort Monmouth, NJ 07703 Tel: (732) 532-9994 THIS IS A SOURCES SOUGHT SYNOPSIS REQUESTING INFORMATION ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP). NO CONTRACT SHALL BE AWARDED FROM THIS RFI. It is a market research tool being used to determine the availability, capability, and adequacy of potential business sources for preliminary planning purposes. There is no solicitation document available; no proposals are being requested or accepted and no contract will be awarded based on this synopsis. The Government is not obligated to and will not pay for any costs associated with the information received from potential sources as a result of this synopsis, oral presentations, or any follow up requests for information. Any information provided by respondents to this synopsis is strictly voluntary. This synopsis is for information and planning purposes only and does not constitute a solicitation or request for bid or proposals. It is not to be construed as a commitment by the Government. The information provided herein is subject to change and in no way binds the Government to solicit for or award a contract. If a solicitation is released it will be synopsized on the Federal Business Opportunities website located at http://www.fbo.gov/. It is the potential offeror's responsibility to monitor this site for the release of any follow-on information.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/1c0a684891ea91cfdaaa22878332aec8)
- Record
- SN02146061-W 20100513/100511234816-1c0a684891ea91cfdaaa22878332aec8 (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 |