Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 18, 2010 FBO #3189
SOURCES SOUGHT

16 -- F-16 USAFE Modification and Repair Depot

Notice Date
8/16/2010
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, Hill AFB OO-ALC, OO-ALC/PKXB, 6038 Aspen Ave (Bldg 1289), Hill AFB, Utah, 84056
 
ZIP Code
84056
 
Solicitation Number
FA8232-10-R-0816
 
Point of Contact
Jamie C Needham, Phone: 801-777-6268
 
E-Mail Address
jamie.needham@hill.af.mil
(jamie.needham@hill.af.mil)
 
Small Business Set-Aside
N/A
 
Description
F-16 USAFE Modification and Repair Depot Request for Information SCOPE The purpose of this notice is to identify interested sources to provide in theater depot maintenance services to support United States Air Force and Foreign Military Sales Customer F-16 aircraft within Europe. THIS IS NOT A FORMAL REQUEST FOR PROPOSAL. This notice is for planning purposes only and DOES NOT COMMIT the U.S. Government to provide compensation for information requested nor does it commit the U.S. Government to issue a solicitation or award a contract. This notice does not provide any direction nor does it change any contractual obligations to sources currently under contract with the U.S. Government. BACKGROUND The F-16 Falcon is a compact, multi-role fighter aircraft. It is highly maneuverable and has proven itself in air-to-air combat and air-to-surface attack. It provides a relatively low-cost, high-performance weapon system for the United States and allied nations. All F-16s delivered since November 1981 have built-in structural and wiring provisions and systems architecture that permit expansion of the multirole flexibility to perform precision strike, night attack and beyond-visual-range interception missions. This improvement program led to the F-16C and F-16D aircraft, which are the single-place and two-place counterparts to the F-16A/B, and incorporate the latest cockpit control and display technology. All active units and many Air National Guard and Air Force Reserve units have converted to the F-16C/D. Since the mid 1980's, the United States Air Forces in Europe (USAFE) has operated several squadrons of F-16 aircraft. These aircraft are operated, maintained, and employed by the 52nd Fighter Wing, Spangdahlem Air Base, Germany and the 31st Fighter Wing, Aviano Air Base, Italy. To reduce the costs and issues associated with ferrying aircraft from Aviano AB and Spangdahlem AB to the Continental United States for depot level maintenance, USAFE requested the establishment of a contractor depot facility within the European theater. In 2005 the F-16 System Program Office (SPO) awarded contracts through fair and open competition to establish an in theater depot facility to support USAFE F-16 aircraft. The period of performance on the existing depot-services contract is nearing conclusion. As required by U.S. Federal Acquisitions Regulations, the F-16 SPO is pursuing a follow-on competition to select a contractor to perform the requested in-theater depot services beginning in FY12. CONTRACT REQUIREMENTS The F-16 System Program Office is seeking interested sources to provide depot maintenance support within Europe for USAFE and FMS Customer F-16 aircraft. Depot-level maintenance is defined as that material maintenance requiring major overhaul or a complete rebuilding of parts, assemblies, subassemblies, and end items, including the manufacture of parts, modifications, testing, and reclamation as required. Depot maintenance serves to support lower categories of maintenance by providing technical assistance and performing that maintenance beyond the responsibility or capability of lower levels of maintenance. 1. F-16 ground support operations for receiving/delivery of aircraft to depot facility 2. Aircraft Paint and plastic media Blast 3. Non-Destructive Inspections (NDI) 4. Accomplishment of structural, mechanical, and electrical repair (to include battle/crash damage) on a negotiated drop-in basis 5. Deployment of Contract Field Teams to aircraft field locations to accomplish depot-level tasks and provide on-site technical support 6. Installation of future aircraft modifications as required In order to be considered as a candidate for selection, interested sources must be able to meet the following requirements: 1. Prior experience with aircraft major overhaul and repair. 2. Knowledge of and proficiency with USAF Technical Order and Time Compliant Technical Order system and requirements. This includes possession of necessary PKI Certifications providing for secure receipt, storage, and access of USAF Technical Orders. 3. Supply all facilities, equipment, and manpower necessary to accomplish all work activities. Note: Some equipment specific to the F-16 may be available to the contractor as U.S. Government Furnished Equipment. Facility must be located within Europe to support USAFE operations and must be capable of receiving and supporting F-16 flight operations. Proximity to Aviano AB and/or Spangdahlem AB is desired. 4. Supply all facilities, equipment, and manpower necessary to securely possess USAF F-16 aircraft in compliance with all applicable USAF regulations. This will include facilities and equipment necessary for USAF personnel who may be required to actively guard F-16 aircraft. 5. Access to a skilled and qualified workforce 6. In-house manufacturing capability for basic components including manufacturing engineering support. The U.S. Government intends to make a single award to a technically responsive source with a 5-year Indefinite Delivery Indefinite Quantity type contract. As mentioned above, workload is expected to require accommodation of occasional drop-in maintenance and CFT deployments as necessary. INSTRUCTIONS FOR INTERESTED SOURCES This Sources Sought Synopsis is to identify interested sources for this requirement. All interested sources should submit a response to including location(s) where work may be performed to the U.S. Government Contracting Negotiator listed below by Friday, 1 October 2010. Please include a statement of interest and a brief company profile highlighting relevant experience and qualifications relating to the capability to accomplish the specific work requirements. Please also note any prior experience with U.S. Government contracts. Please limit responses to no more than 10 pages. Any information provided to the U.S. Government in response to this synopsis is for planning purposes only and will not be used as a selection consideration factor in this or any other U.S. Government contract competition. Should the U.S. Government elect to pursue the subject requirement, an official Request for Proposal will be released at a later date. Please direct all questions related to this synopsis to the U.S. Government points of contact. Mr. Jamie Needham U.S. Government Contracting Negotiator jamie.needham@hill.af.mil (801) 777-6268
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FA8232-10-R-0816/listing.html)
 
Record
SN02242532-W 20100818/100816235707-271c7c64922a4524d40ec668219d4498 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.