Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 23, 2014 FBO #4624
SOURCES SOUGHT

J -- AFICA Sheppard Aircraft Maintenance Services Re-Compete - Atch 1 Capability and Interest Survey

Notice Date
7/21/2014
 
Notice Type
Sources Sought
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
AFICA - AFICA- CONUS
 
ZIP Code
00000
 
Solicitation Number
FA3002-14-R-0015
 
Point of Contact
Elizabeth H. Preston, Phone: 2106522490, Todd S. Joyner, Phone: 2106522444
 
E-Mail Address
elizabeth.preston@us.af.mil, todd.joyner.1@us.af.mil
(elizabeth.preston@us.af.mil, todd.joyner.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
To participate in this RFI, please complete the attached “Capability Survey” form. Please e-mail the completed survey form to the primary point of contact, Liz Preston, at elizabeth.preston@us.af.mil as soon as practicable, but no later than 12:00 p.m. CST on 22 Aug 14. PURPOSE OF Request For Information (RFI) The purpose of this RFI is to contribute to market research efforts by obtaining information regarding availability and capability of all qualified sources, large and small businesses, to perform a potential requirement. Responses received will be used for acquisition strategic decision making purposes only and will not be disclosed outside this agency. DESCRIPTION OF SERVICES The Joint Base San Antonio (JBSA) at Randolph AFB Specialized Contracting Squadron (SCONS) is seeking information concerning the availability of technically and financially capable contractors to provide non-personal services for Aircraft Maintenance Support Services at Sheppard AFB in Wichita Falls, TX. This requirement involves providing mission support for the 80th Flying Training Wing (FTW) located at Sheppard AFB, TX. The 80 FTW is a multinational Wing which includes members of the North Atlantic Treaty Organization (NATO). This multinational organization is made up of 13 nations that comprise the Euro-NATO Joint Jet Pilot Training (ENJJPT) Program. The ENJJPT program, established in the spirit of NATO, is the world's only multi-nationally manned and managed flying training program chartered to produce combat pilots for the NATO alliance. The Wing utilizes a total of 201 aircraft (77 T-6A, 92 T-38C UPT and 32 T-38C IFF) to train up to 256 student pilots, 110 instructor pilots, and 145 Introduction to Fighter Fundamentals (IFF) trainees annually. There are approximately 62,000 hours flown annually, with over 300 flights daily. A successful offeror will be responsible for all aspects of the organizational and intermediate-level maintenance operation, including, but not limited to: •Managing the full cycle of production by planning, scheduling, directing, and controlling all maintenance on assigned T-38C and T-6A aircraft, to include related support and training equipment; •Performing on-and off-equipment maintenance (repairs, scheduled and unscheduled maintenance, inspections, Time Compliance Technical Orders (TCTOs), Time Change Items (TCIs) and One Time Inspections (OTIs)) on all assigned aircraft and support equipment. This includes, but is not limited to: J85 jet engine intermediate maintenance (JEIM) for T-38C, PT6A engine organizational maintenance for T-6A aircraft, industrial support services, aircraft systems back-shop maintenance support for avionics, electrical-environmental, fuel systems, aircrew egress systems, hydraulics, aerospace ground equipment (AGE), fabrication shops (media blast, paint, sheet-metal, welding, machine, corrosion control), and Non Destructive Inspections (NDI); •Performing aircraft ground handling, launch and recovery, Pre-flight/Thru-flight/Basic Post flight, Hourly Post Flight, and Phase inspections; •Providing Crashed, Damaged or Disabled Aircraft Recovery (CDDAR); •Performing off-station aircraft recovery and maintenance of disabled T-6A and T-38C aircraft, within the region identified in the contract; •Providing Transient Aircraft Maintenance services for visiting aircraft at Sheppard AFB, TX; •Performing maintenance data inputs into the Maintenance Information Systems (MIS), which includes, but is not limited to: Integrated Maintenance Data System (IMDS) and Comprehensive Engine Management System (CEMS); •Establishing and maintaining a formal compliance-oriented Quality Control Program (QCP) to ensure contract requirements are provided as specified, and employees comply with aircraft and equipment technical data and applicable AF directives; •Developing and implementing a written Training Program to ensure employees are fully trained, task proficient and task certified prior to being declared position qualified for each aircraft and/or equipment servicing, towing and maintenance duty position. ACQUISITION INFORMATION The value of this contract is expected to exceed $100M for the periods of 1 October 2016 through 30 September 2023 (30-day mobilization scheduled 01 thru 30 October 2016) with up to six one-year option periods. The tentative solicitation issue date is May 2015; however, this date is subject to change. The Government anticipates award of a single Firm-Fixed-Priced contract. The planned North American Industry Classification System (NAICS) code is 488190 (Other support Activities for Air Transportation), with the applicable small business size standard of $32.5 million in annual gross revenues. The Government will conduct a source selection in accordance with (IAW) Federal Acquisition Regulation (FAR) Part 15 and any applicable supplements. Potentially interested parties/offerors seeking additional information pertaining to this acquisition are instructed to send written inquiries to the Lead Contract Negotiator, Ms. Liz Preston [elizabeth.preston@us.af.mil] or the Contracting Officer, Mr. Todd Joyner [todd.joyner.1@us.af.mil]. Inquiries directed to other Government personnel are prohibited. The Government will post information regarding this solicitation [e.g. the draft Performance Work Statement (PWS) and the draft Request For Proposal (RFP)] on the Federal Business Opportunities website (www.fbo.gov), as soon as it becomes available. Information contained in this RFI is subject to change. It is the responsibility of prospective offerors to check this site regularly for any changes or updates. SMALL BUSINESS ISSUES The Government reserves the right to determine whether a Small Business (SB) set-aside is appropriate for this acquisition based on responses to this notice. In order to support a Government SB set-aside determination, interested SB concerns must provide sufficient written information to indicate their capability to successfully perform and manage all the requirements of this magnitude. The extent to which prime contractors provide for the significant use of small and small disadvantaged business subcontractors in the proposal, also known as Small Business Subcontracting, will be considered in the evaluation of proposals. As of this posting, the most current Department of Defense subcontracting SB goals are indicated as follows: Total SB (36.7%); Small Disadvantaged Businesses (5%); Woman-owned SB (5%); Service-disabled Veteran-owned SB (3%); and HUBZone (3%). SUBMISSION OF RESPONSES To participate in this RFI, please complete the attached RFI Attachment 1 "Capability Survey" form. The purpose of using the survey format in lieu of a free format is to obtain pertinent and uniformed information from all interested potential offerors. Please e-mail the completed survey form to the primary point of contact, Liz Preston, at elizabeth.preston@us.af.mil as soon as practicable, but no later than 12:00 p.m. CST on 22 Aug 14. NOTE: The Government is under no obligation to consider information received after the due date as part of the formal market research for this acquisition. 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/fcdcc23e3b330f67812ab1f34ea6c94e)
 
Place of Performance
Address: Sheppard Air Force Base, Wichita Falls, Texas, 76311, United States
Zip Code: 76311
 
Record
SN03431618-W 20140723/140721234605-fcdcc23e3b330f67812ab1f34ea6c94e (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.