SOURCES SOUGHT
J -- Sheppard Trainer Maintenance
- Notice Date
- 3/5/2014
- Notice Type
- Sources Sought
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of the Air Force, Air Force Installation Contracting (AFICA), 338 SCONS, 2021 1st Street West, Randolph, Texas, 78150-4302, United States
- ZIP Code
- 78150-4302
- Solicitation Number
- FA300214R0011
- Point of Contact
- Audrey Sitterly,
- E-Mail Address
-
audrey.sitterly.1@us.af.mil
(audrey.sitterly.1@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Sources Sought -- Sheppard Trainer Maintenance PURPOSE OF REQUEST The purpose of this Sources Sought is to obtain information regarding the availability, capability, and interest of qualified sources, large and small businesses, to perform a potential requirement. Responses received will be used for market research purposes only and will not be disclosed outside this agency. The main North American Industry Classification System (NAICS) code for the requirement is 811219 - Other Electronic and Precision Equipment Repair and Maintenance, and the main applicable small business size standard is $19 million in annual gross receipts. DESCRIPTION OF SERVICES The Air Force Installation Contracting Agency, 338th Specialized Contracting Squadron is seeking capabilities statements concerning trainer maintenance services to be performed at Sheppard Air Force Base (AFB) in Witchita Falls, Texas. The requirement supports the 82nd Training Wing (TRW) technical training courses at Sheppard AFB, as well as the United States Air Force 359 th Training Squadron (TRS), Detachment 1, Aircraft Structural Maintenance courses at Naval Air Station Pensacola. With over 60,000 graduates per year and nearly 1,000 technical training courses, the 82 TRW delivers the most diverse training mission within the Air Education and Training Command. The service provider (SP) shall be responsible for maintaining, at all times, all 82 TRW training equipment in training ready status, meaning all training equipment must be ready at a moment's notice to meet training objectives. Trainer maintenance services require maintenance support for approximately 6,300 training assets. The SP shall perform scheduled and unscheduled on and off equipment maintenance for: weapons systems, civil engineering (CE) equipment, Ground Instructional Training Aircraft (GITA), trainers and support equipment (including powered and non-powered aerospace ground equipment (AGE)), historical/static display exhibits, test measurement & diagnostic equipment (TMDE), and munitions inspection maintenance and storage. All maintenance shall be performed in accordance with Air Force Instruction (AFI) 21-101, AFI 21-101 AETC Supplement 1, SAFBI 21-208, applicable AF/AETC/Wing/Base directives, plans, support agreements and all applicable equipment and general support technical orders (TO) and data directives. The SP must possess a wide range of capabilities to meet the multiple technical fields of this requirement (i.e., munitions, CE, AGE, GITA, etc.). Maintenance and other services to be performed include, but are not limited to: repair, overhaul, servicing, inspection, calibration, equipment /component removal, installation, replacement, corrosion control, washing, fabrication, testing, troubleshooting, operational checks, and modifications. This list of maintenance and services shall be performed on the following systems: · Ground Instructional Training Aircraft, 13 Mission Design Series (MDS), 60 Estimated Aircraft · Historical/static display aircraft, 13 MDS, 14 Total Aircraft · Civil Engineering trainers/support equipment · Powered and Non-powered AGE · Nuclear certified munitions trailers · Weapons release · Survival equipment · Engine support equipment · Inert Egress trainer/support equipment · Avionics systems · Pneudraulics systems (Including the ability to manufacture and test flexible hoses and testing of tubing assemblies associated with these systems) · Aircraft propulsion/support equipment (to include engine/component preservation prior to shipping IAW TO 2J-1-18 and Engine/component packaging (can/decan) IAW TO 2J-1-18) · Fuels maintenance · Ground Instructional Training Aircraft fuel systems (tank entry not required) · Fabrication Metals Technology/Structural Maintenance, (Including fabrication, welding, cleaning and testing of metal, wood, fiberglass, etc. components for trainers, GITA, historical/static displays, and support equipment) · Aircraft electrical and environmental systems · Explosive Ordnance Disposal Robotics Maintenance · Battery Maintenance · Test, Measurement & Diagnostic Equipment · Scheduled and unscheduled maintenance on munitions · Munitions inspections · Munitions storage functions · Pickup, delivery, troubleshooting, repair, modification, inspection and servicing of all support equipment to include Powered and Non-powered AGE · Munitions support for the 80th Flying Training Wing CAPABILITY STATEMENT / INFORMATION SOUGHT It is requested that vendors respond to this Sources Sought in sufficient detail regarding their capabilities and capacity to satisfy the requirement above. Interested parties' submissions shall be limited to four (4) single-sided pages with no less than 11-point font. The following information is requested: 1. Company Information: a. Company Name b. Address c. Point of Contact (POC) Name d. POC Telephone Number e. POC E-mail address 2. Primary place of business (Private/Commercial or Government Sector) 3. Commercial and Government Entity (CAGE) Code 4. Data Universal Numbering System (DUNS) Number 5. Business Size (i.e. Small Business, Other than Small) 6. Socio-Economic status (i.e. 8(a), HUBZone, veteran-owned, women-owned, etc.) 7. Approximate annual gross revenue 8. NAICS code(s) the company usually performs under 9. Describe company's capabilities to finance, mobilize, and manage a diverse and complex trainer maintenance contract as described above under "Description of Services" 10. Describe contracts performed with a similar scope and magnitude using a-g below: a. Contract title b. Contract number c. Contract period of performance d. Contract type e. Contract value f. Description g. Point of contact 11. Company's core competency 12. Company's desired role in the performance of the requirement (Prime/subcontractor/other (describe)) 13. Select one of the following four options that best represent your company's intent/interest in proposing if a solicitation were released: Little Interest, Somewhat Interested, Very Interested, Definitely Interested. Explain company's selection 14. Based on similar experience, please provide recommendations on realistic small business subcontracting percentage goals for this requirement DISCLAIMER This is NOT a request for proposal, request for quote, or invitation for bid. This Source Sought notice is NOT to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals, nor will any award be made as a result of this Sources Sought. The Government will not be responsible for any costs incurred by interested parties in responding to this request for information. Contact with Government personnel, other than those specified in this Sources Sought, by potential offerors or their employees regarding this requirement is not permitted. SUBMISSION OF RESPONSES Submit responses in writing via email to each of the following point of contact(s) as soon as practicable, but no later than 12:00 p.m. CST on 7 Apr 14 : Audrey Sitterly, audrey.sitterly.1@us.af.mil, and Capt Michael Corrigan, michael.corrigan.2@us.af.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/2d5b93c68f17d3afc851158d93587f77)
- Record
- SN03302467-W 20140307/140305234416-2d5b93c68f17d3afc851158d93587f77 (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 |