SOLICITATION NOTICE
J -- The Naval Air Systems Command is seeking proposals for Organization, Intermediate & Depot Level maintenance and logistic support services on the MH-60S aircraft for the Naval Surface Warfare Center, Panama City Division (NSWC PCD). - RFP Solicitation N00421-11-R-0065
- Notice Date
- 6/14/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 488190
— Other Support Activities for Air Transportation
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441, 21983 Bundy Road Unit 7, Patuxent River, Maryland, 20670, United States
- ZIP Code
- 20670
- Solicitation Number
- N00421-11-R-0065
- Point of Contact
- Joe R. Merritt, Phone: 3017579781
- E-Mail Address
-
joe.merritt@navy.mil
(joe.merritt@navy.mil)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- Attachment P6: CLIN Breakout Spreadsheet Attachment P5: Past Performance Questionnaire Package Attachment P3: CPARS Update Questionnaire Attachment P2: Workforce Hour Matrix Attachment P1: Workforce Qualifications Spreadsheet Exhibit A: Contract Data Requirements List (CDRLs), DD Form 1423, A001 to A007 Attachment 8: DOL Wage Determination, WD 05-3008 (Rev.-13), 13-JUN-2011 Attachment 7: System Authorization Access Navy (SAAR-N) Form OPNAV 5239 Attachment 6: Interim Public Trust Guidance, 06-JUN-09, (DoN Information Assurance and Personnel Security Requirements for Accessing Government Information Technology Systems) Attachment 5: Government Furnished Property & Equipment Attachment 4: Government Furnished Property (IMRL & GSE) Attachment 3: Personnel Qualification Standard (PQS) for Flight Deck Familiarization Attachment 2: Medical Screening for Flight Deck - Flight Deck Physical Attachment 1: Quality Assurance Surveillance Plan (QASP) RFP Solicitation N00421-11-R-0065 THIS IS A REQUEST FOR PROPOSAL (RFP), Solicitation # N00421-11-R-0065. Scope : The Naval Air Systems Command (NAVAIR) is seeking proposals for Organizational Level, Intermediate Level and Depot Level aircraft maintenance and logistic support on all aircraft and Support Equipment (SE) for which NSWC PCD has maintenance responsibility to include assigned MH-60S aircraft, aircraft on-site for project testing, transient aircraft and loaner aircraft. Selected Intermediate maintenance includes Support Equipment maintenance and Tire Wheel build-up. Selected Depot level maintenance is anticipated to be infrequent and will only be performed if there are skilled artisans, where required tools are available and permission from cognizant authority can be obtained. The total maintenance effort for supporting the MH-60S aircraft is funded by the Navy as part of a readiness improvement program. Other aircraft to be supported include but are not limited to transient, loaner, and temporarily assigned project aircraft. The Contractor will perform all maintenance in strict accordance with established practices, procedures, applicable maintenance publications, NAVAIRINST 3710.1 series and COMNAVAIRFORINST 4790.2 series (henceforth referred to as CNAFINST 4790.2 series) currently governing Naval Aviation Maintenance, and as outlined in the PBSOW. All work will be performed in facilities under the control of NSWC PCD. All work performance specified in the RFP will be accomplished at the Naval Surface Warfare Center (NSWC), Panama City Division (PCD), Panama City, Florida; except for, occasional off-site maintenance as necessary for aircraft/component/support equipment maintenance support or in the event of a routine aircraft detachment, an unscheduled aircraft divert, hurricane or hurricane related evacuation, in which then it may be necessary for the Contractor to perform aircraft maintenance in areas that may be geographically remote from the primary aircraft location aboard NSWC PCD. This is a competitive cost-plus-fixed-fee (CPFF)/labor hour (LH) performance-based type contract that includes cost reimbursable Travel & Material CLINS. A 5 year Period of Performance is anticipated which will include a 1-year Base + four 1-year Options, if exercised. This requirement is Set-Aside for Service-Disabled, Veteran Owned Small Businesses (SDVOSB) with a small business size standard of $30M under NAICS Code: 488190. PSC Code: J015. The anticipated award date of this contract is: 19-MAR-2013 with a start performance date of 01-APR-2013, thereby allowing an approximate two-week transition period. Questions will be accepted for 5 days from RFP release date in Block #5 and will be answered on the Federal Business Opportunity Website: FedBizOpp.gov. Send questions by email to Joe Merritt, Contract Specialist, at the following email: joe.merritt@navy.mil. (No phone calls will be accepted).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/N00421-11-R-0065/listing.html)
- Place of Performance
- Address: Naval Surface Warfare Center - Panama City Division (NSWC PCD), 110 Vernon Avenue, Bldg. 147, Panama City Beach, Florida 32407-7001, United States, Alternate Locations -, Alternate work sites include, but are not limited to, all United States Naval Vessels in support of projects (detachments) or unscheduled en-route maintenance as authorized by the COR due to program priorities., Panama City Beach, Florida, 32407-7001, United States
- Zip Code: 32407-7001
- Zip Code: 32407-7001
- Record
- SN02775626-W 20120616/120614235256-92e372792a98d6986a341b1f6cc3893d (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 |