MODIFICATION
J -- AV-8B Sundown Contractor Support
- Notice Date
- 3/7/2014
- Notice Type
- Modification/Amendment
- NAICS
- 488190
— Other Support Activities for Air Transportation
- Contracting Office
- Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272, 47123 Buse Road Unit IPT, Patuxent River, Maryland, 20670, United States
- ZIP Code
- 20670
- Solicitation Number
- N00019-13-R-CAMT
- Archive Date
- 4/1/2014
- Point of Contact
- Vicki W Dean, Phone: (301) 757-1263
- E-Mail Address
-
vicki.dean@navy.mil
(vicki.dean@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- The Naval Air Systems Command (NAVAIR) and the AV-8B Harrier Program Office (PMA 257) are seeking eligible small business firms capable of providing AV-8B Organizational Level maintenance (O-Level) support to the U.S. Government. The resulting contractor will be responsible for ensuring that AV-8B maintenance support is provided to USMC O-Level squadrons, at Marine Aircraft Groups (MAG) 13 and 14, by executing assigned maintenance tasks, as directed by the Marine Aviation Logistics Squadron (MALS) Aircraft Maintenance Officer (AMO), and as required to achieve set training requirements/tasks that are identified in subsequent sections of this sources sought. It is expected that the resulting contractor will also work with initial accession Marines as well as experienced labor in a flight line setting conducting maintenance and aircraft/system troubleshooting. This contract is to provide single-shift civilian transitional contract maintenance personnel to perform scheduled and unscheduled maintenance, maintenance documentation and Naval Aviation Maintenance Program compliance to support day and/or night flight operations. The contract personnel shall be fully integrated within work centers of O level maintenance departments or act as a standalone team as directed by the MALS 13 and 14 AMOs to best meet the requirements of the MAG. A secondary objective, but of equal importance, of this contract will be to amplify the experience level of first term Marines and the Marines returning from Special Duty Assignment (SDA), where the Marine was out of his or her Military Occupational Specialty (MOS), by working with transitional contract maintenance personnel - those current on acft systems and subsystems. Satisfying both of these objectives will require a contractor that can develop a strategy that encompasses creative solutions that will provide cost effective, timely, and efficient maintenance for the AV-8B Fleet. Experienced aircraft systems and sub-systems troubleshooting responsibilities expected from the resulting contractor include faulty component identification and consultancy. All maintenance, troubleshooting and consultancy to be performed shall be in accordance with COMNAVAIRFORINST 4790.2 http://www.navair.navy.mil/logistics/4790/library/basic2j.pdfseries series and T/AV-8B aircraft specific and common series manuals and shall be performed by technicians thoroughly trained and knowledgeable in the operation and maintenance of AV-8B systems as specified in the individual skill/MOS classifications identified as follows: Aircraft Avionics Technician T/AV-8B (Equivalent to MOS 6315 and 6335) Skill Summary: Aircraft avionics systems technicians test, troubleshoot, install, remove, inspect, maintain and repair systems components and ancillary equipment of installed communications/navigation/ electrical/weapon/radar/display/flight control systems. Airframe Technician T/AV-8B (Equivalent to MOS 6252) Skill Summary: Airframe technicians test, troubleshoot, install, remove, inspect, maintain, repair, align/rig system components and ancillary equipment of installed flight control/fuel/hydraulic/aircraft structure/landing gear/steering/braking systems. Powerline Technician T/AV-8B (Equivalent to MOS 6212) Skill Summary: Powerline technicians test, troubleshoot, install, remove, inspect, maintain, repair, align/rig system components and ancillary equipment of installed flight (nozzle) control/fuel/engine/water/aircraft structure systems. Egress/Environmental Control Technician T/AV-8B (Equivalent to MOS 6282) Skill Summary: Egress/Environmental Control technicians test, troubleshoot, install, remove, inspect, maintain, repair, align/rig system components and ancillary equipment of installed ejection seat/canopy/ECS systems. In addition to being knowledgeable in the required skill/MOS classifications, a certain percentage of the resulting contractors assigned at both sites will be required to provide detailed monthly reports to MALS 13 and 14 AMOs, in cockpit chart format, that will also be reported during the AV-8B Monthly TMS Leadership Meetings to both MAG 13 and 14 Commanding Officers (CO) and the Program Management Activity 257 (PMA-257) Program Manager. In addition, to the metrics that will be outlined in PWS, the following training requirements will be reported: unscheduled and scheduled maintenance events accomplished during the month, experience deficiency trends noted and solutions to correct, deficiencies in technical publications, specific repeat problematic components or "bad actors," aircraft mission aborts, and logistics elements that are affecting RBA goals (e.g. lack of required Support Equipment). Additional specific responsibilities of the resulting contractor will include: The providing of a single Program Manager who has the authority and the necessary staff to accomplish the AV-8B performance requirements identified in the PWS. The Program Manager shall attend AV-8B NAVRIIP meetings; managerial, technical, and administrative requirements for the contractors workforce will be provided by the resulting contractor On-site Program Managers at both MAGs. These on-site program managers will be responsible for coordinating daily work activities and providing necessary liaison with the MALS AMOs and designated Squadron Maintenance Material Control Officers (MMCO). The on-site program managers shall serve as the contractor's single point of contact for the MALS AMOs. Responsibilities include, but shall not be limited to participating in, at a minimum: quarterly Performance Review Boards (PRB) with the Primary Contracting Officer (PCO), Contracting Officer's Representative (COR), and AMOs; ensuring timely resolution of business and technical problems; implementing corrective action in accordance with the terms and conditions of the contract; acting as the focal point for all training activity; provide the strategic planning required in support of the contract; and attending required MALS AMO meetings. The resulting contractor will also be responsible for providing a knowledgeable and effective/experienced maintenance workforce with an emphasis on the following MOS; 6312/6332 (Avionics), MOS 6252 (Airframes), MOS 6282 (Seat Mechanic) and MOS 6212 (Power Line). The resulting contractor must also comply with all aviation maintenance training policies and requirements as outlined in the CNAFINST 4790 and other local policies in support of safety, tool control, and Foreign Object Damage (FOD) prevention, required by the USMC. In addition, resulting contractor personnel will be expected to comply with all installation regulations. The resulting contractor will also support the following standard work week consisting of a 40 hour work week. The standard 40 hour work week is defined as five eight hour days. This may include non-standard workdays/shifts to support the MAGs requirement for night flying or other aircraft maintenance requirements. The resulting contractor will be responsible for providing required work attire, safety boots, and approved Personal Protection Equipment. Also, the resulting contractor will be responsible for establishing electronic capability to develop, deliver, record, and report required training, as well as, establishing a 24/7/365 hotline number for Government access. The resulting contractor will host quarterly PRBs at Government sites as directed, and will establish, implement, document, and maintain a quality system that ensures conformance to all applicable requirements of ISO 9001 http://www/iso.org/iso/02guidance on the documentation requirements of ISO 9001 2008..pdf http://www.iso.org/iso/home/html (inclusive of any subcontractors and vendors). Based on a review of industry response to the Sources Sought Synopsis, the Government will decide an appropriate procurement strategy. This office anticipates award of the contract for this requirement no later than December 2014 with an estimated dollar value of $25,000,000.00. The period of performance for the resulting contract will be five years. It is requested that interested small businesses submit to the contracting office a brief capabilities statement package (no more than 10 pages in length, single spaced, 12 point font minimum) demonstrating ability to perform the services listed above. This documentation must address, as a minimum, the following: (1) prior/current corporate experience performing efforts of similar size and scope within the last three years, including contract number, organization supported, indication of whether a prime or subcontractor, contract value, Government point of contact with current telephone number, a brief description of how the contract referenced relates to the technical services described herein; (2) company profile to include number of employees, annual revenue history, office location (s), DUNS number, and a statement regarding current small business status; (3) resources available such as corporate management and currently employed personnel to be assigned to tasks under this effort to include professional qualifications and specific experience of such personnel; (4) management approach to staffing this effort with qualified personnel which should address current hires available for assignment to this effort, possible subcontract/teaming arrangements, and strategy for recruiting and retaining qualified personnel; and (5) a statement regarding capability to obtain the required industrial security clearances for personnel. The Incumbent Contractor is The Boeing Company, 6200 JS McDonnell Blvd., St. Louis, MO 63134. The current contract number is N00019-09-C-0029. The capability statement package shall be sent by mail to contracts, Code 2.2.4.2.2, Vicki Dean, 47123 Buse Road, Building 2272, Suite 453, Patuxent River, MD 20670, or by facsimile to 301-757-7054 or by email to Vicki.Dean@navy.mil. Submissions must be received at the office sited no later than 4:00 p.m. Eastern Time on 17 March 2014. Information provided herein is subject to change and in no way binds the Government to solicit for or award a contract, or to be responsible for any monies expended by any interested parties before award of a contract for the effort described above. Questions or comments regarding this notice may be addressed to Vicki Dean at 301-757-1263 or via email at vicki.dean@navy.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/N00019-13-R-CAMT/listing.html)
- Place of Performance
- Address: MAG 13 and MAG 14 (Yuma, AZ and Cherry Point, NC)., Cherry Point, North Carolina, United States
- Record
- SN03304820-W 20140309/140307234305-08af8bfa981297aadea9ae68361123ed (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 |