SOLICITATION NOTICE
J -- DC-8 AIRCRAFT MAINTENANCE - HEAVY C CHECK
- Notice Date
- 5/31/2013
- Notice Type
- Presolicitation
- NAICS
- 336411
— Aircraft Manufacturing
- Contracting Office
- NASA/Dryden Flight Research Center, Code A, P.O. Box 273, Edwards, CA 93523-0273
- ZIP Code
- 93523-0273
- Solicitation Number
- NND13474050R
- Archive Date
- 5/31/2014
- Point of Contact
- Jim Kitahara, Contracting Officer, Phone 661-276-5355, Fax 661-276-3374, Email James.E.Kitahara@nasa.gov
- E-Mail Address
-
Jim Kitahara
(James.E.Kitahara@nasa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- The National Aeronautics and Space Administrations Dryden Flight Research Center (DFRC) plans to issue a Request for Proposal (RFP) for the performance of a Heavy Maintenance C Check on the NASA DFRC Airborne Science DC-8 Aircraft Platform. The NASA DFRC DC-8, Tail Number N817NA is a 72 series model powered by General Electric CFM-56-2 engines and is stationed at the Dryden Aircraft Operations Facility (DAOF) located in Palmdale, CA. This aircraft is a unique national resource whose use for scientific research worldwide is scheduled several years in advance. The Government's schedule for this maintenance is very critical and it is essential that the work be completed on time to avoid impacting the scheduled scientific missions. Based upon the projected science schedule, the aircraft will be available for induction into the contractor's maintenance facility in early 2nd Quarter FY 2014 with a required completion date not-to-exceed (NTE) 180 days. In accordance with the attached Statement of Work (SOW), NASA has also included a draft listing of the current Low Utilization Maintenance Plan (LUMP) and other associated maintenance work cards for planning purposes. Per the SOW the maintenance shall consist of the major inspection process commonly termed Heavy C Check or 72 month structural inspection, landing gear replacement (Note: The Government shall provide overhauled ready for issue replacement landing gear for removal and replacement during the heavy check), replacement of insulation blankets to meet new fire retardant standards, resealing of aircraft fuel tanks, and what is commonly termed 'over and above' inspections and repairs as necessary. Also included in this maintenance shall be the removal (e.g. stripping) of wing, wheel well, and engine nacelles external paint and repainting to a NASA-specified paint scheme. This maintenance cycle shall NOT include any engine maintenance to be performed by the contractor. The contract shall include any and all labor and materials (not specifically provide as GFP/GFM) necessary to complete all inspections, repairs, stripping, cleaning, and painting, and return the aircraft to service in accordance with applicable FAA certification standards. A pre-proposal aircraft survey may be arranged as indicated below to allow for contractor review, inspection, and evaluation of the DC-8 aircraft condition and configuration prior to submission of proposal(s). Contact Mr. Frank Cutler at (661) 276-3998 to schedule a date and time for the contractor aircraft survey (Prior to August 1st, 2014 if possible). The aircraft is normally based at the Dryden Aircraft Operations Facility (DAOF), Palmdale, CA but arrangements can also be made to visit the aircraft at various other deployment sites. A pre-proposal aircraft survey is very highly recommended; however, attendance is neither required nor a prerequisite for proposal/bid submission. The Government intends to acquire a commercial service using FAR Part 12. This procurement is a total small business set-aside. The NAICS Code and Size Standard are 336411 and 1500 employees, respectively. The DPAS Rating for this procurement is Not a Rated Order. The Government will award a contract resulting from the prospective solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical capability including modification schedule match (to include proposed induction and completion schedules, access to a secure O&M facility, proposed internal controls for protection of Government Furnished Property, availability of DC-8 special tooling and rotables, and the overall experience level of the proposed management and maintenance crew (A&P mechanics, avionics technicians, and quality inspectors should have current or previous DC-8 experience). Note: In-order to be considered minimally technically acceptable and qualified to provide a proposal, an offeror shall possess a current FAA Repair Station certification to 14 C.F.R. Part 145. They must also have an adequate Safety and Health Plan and it is strongly desired by the Government that the Contractor possess a current Quality Assurance AS9100 third-party certification OR demonstrate AS9100 compliance. As part of the overall quality system review the Government will evaluate the Contractors Metrology (e.g. calibration system) and Tool Control programs. Overall price to include the amount proposed for the fixed-price maintenance requirement added to the estimated amount for the over & above conditional maintenance required for the depot maintenance action. The pricing estimate for the over and above conditional maintenance will be calculated by applying the proposed O&A rates against the estimated hours and material identified in the contract schedule. Past Performance History to include the prospective Contractors previous heavy maintenance history to include specific DC-8 heavy maintenance activity; along with familiarity with the Boeing Low Utilization Maintenance Program (LUMP) developed under Maintenance Steering Group 3 (MSG3). Note: Direct relevant past performance history (e.g. specific experience with DC-8 platform will be rated higher than generic past performance history). A past performance questionnaire and submission requirements will be provided in the solicitation. Technical capability and past performance, when combined, is significantly more important than price. Considering the fact that all the offeror(s) proposing are equally qualified DC-8 service providers; with recent DC-8 heavy maintenance experience; along with an acceptable proposed modification schedule, then overall price (including price related factors) to the Government will be the final discriminator for award. Specific instruction to offerors and evaluation factors will be provided as addendums to the standard provisions FAR 52.212-1 Instructions to Offerors and FAR 52.212-2 Evaluation of Offers to be included in the solicitation. The anticipated release date of RFP # NND13474050R is on or about June 15, 2013 with an anticipated proposal due date of on or about August 15, 2013. The provisions and clauses to be included in the RFP and resulting contract will those in effect through FAC 2005-66 (or later as applicable). All responsible sources may submit a proposal which shall be considered by the agency. NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html. The solicitation and any documents related to this procurement will be available over the Internet. These documents will reside on a World-Wide Web (WWW) server, which may be accessed using a WWW browser application. The Internet site, or URL, for the NASA Business Opportunities page is http://procurement.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=. Prospective offers shall notify this office of their intent to submit an offer. It is the offertorys responsibility to monitor the Internet site for the release of the solicitation and amendments (if any). Potential offers will be responsible for downloading their own copy of the solicitation and amendments (if any). All contractual and technical questions must be submitted in writing through the Contracting Officer (e-mail or FAX) to: NASA/Dryden Flight Research Center, P.O. Box 273, Edwards, CA 93523-0273. Point of Contact: Jim E. Kitahara - Contracting Officer, Phone (661) 276-5355, Fax (661) 276-3374, Email james.e.kitahara@nasa.gov not later than August 1, 2013. Telephone questions will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/DFRC/OPDC20220/NND13474050R/listing.html)
- Record
- SN03076402-W 20130602/130531235729-aedafb69bff94e070f5910e1414171ff (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 |