MODIFICATION
15 -- Support of Foreign Military Sales (FMS) cases for the transfer of up to eight C-23 aircraft as Excess Defense Articles
- Notice Date
- 6/11/2015
- Notice Type
- Modification/Amendment
- NAICS
- 488190
— Other Support Activities for Air Transportation
- Contracting Office
- ACC-RSA - (Aviation), ATTN: CCAM, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
- ZIP Code
- 35898-5280
- Solicitation Number
- W58RGZ15R0160
- Response Due
- 7/2/2015
- Archive Date
- 8/10/2015
- Point of Contact
- Matt Copeland, 256-842-9812
- E-Mail Address
-
ACC-RSA - (Aviation)
(matt.copeland@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a Sources Sought announcement for market survey purposes only. This is not a solicitation for proposal and no contract will be awarded as a result of this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement. The United States Army Aviation and Missile Command (AMCOM), Redstone Arsenal, Alabama, anticipates a requirement to transfer up to eight C-23 Aircraft as Excess Defense Articles to several Countries. This requirement is anticipated to support several Foreign Military Sales (FMS) cases. The anticipated contract vehicle is an Indefinite Delivery/Indefinite Quantity (IDIQ) in which the requirement for each country will be issued through an individual Task Order. At this time, three countries have expressed interest in obtaining these aircraft. Two countries have been approved to receive two aircraft, C-23B+, while the third country approval for receipt of four aircraft, C-23B. The successful contractor will be responsible for all maintenance and sustainment from the time the aircraft is prepared for movement from Davis-Monthan Air Force Base, 309th Aerospace Maintenance and Regeneration Group (AMARG) to the time of title transfer in the respective country. The following lists the anticipated tasks that each country may require: 1.The contractor will perform maintenance activities at Davis Monthan AFB, AZ to enable aircraft destined for each country to be removed from the 309th AMARG facility. Each aircraft will undergo the required maintenance preparations to support Ferry Flight Operations and issuance of the associated required Air Worthiness Release (AWR). The aircraft will then be ferried to a location where the contractor will return the aircraft to a Fully Mission Capable (FMC) status so that an operational AWR can be issued. Aircraft for each country will be prepared for ferrying and return to service simultaneously, non-sequentially. 2.Return the aircraft to FMC. 3.As the aircraft is being returned to FMC status, there may be a requirement for coincidental training to be provided by the contractor to Armed Forces personnel from the country acquiring the aircraft. 4.Training: a.It is anticipated that the contractor will need to provide maintenance and crewmember training to foreign nationals in the United States. Training requirements include; a single-engine fixed wing qualification and instrument qualification course for rotary wing only qualified pilot personnel; multi-engine qualification course for those the contractor provides single-engine fixed wing training and those that are already single-engine fixed wing qualified in their home country; C-23 qualification course; C 23 Instructor Pilot course; C-23 Flight Engineer course; C-23 Flight Engineer Instructor course; and C 23 aircraft maintenance course. Training and training materials utilized will be in the English language. Maintenance training should be done concurrently with the return to FMC. It's conceivable that maintenance personnel would also gain exposure to aircraft maintenance operations during follow-on crewmember training activities in the C-23. Maintenance personnel to be trained will have aircraft maintenance experience but limited fixed wing maintenance experience and no multi-engine fixed wing aircraft maintenance experience. Maintenance personnel could also be limited in their experience with possible concentration of expertise on only airframe, power-plant, or avionics for example. The use of the USG owned C 23 aircraft for training will be limited to training activities in support of the procuring country's C 23 peculiar training requirements. Additional flight and academic training providing exposure to C-23 mission specific operations need to include para/bundle drop operations, Night Vision Goggle (NVG) operations, and unimproved runway and low level/ contour flight operations. Those to be trained to function in the future as Instructor Pilots may never have functioned in this capacity before. Flight Engineers will have no experience functioning in this capacity but may have a maintenance background. b.C-23 crewmember and maintenance training programs should be modeled after US Army courses. Single and Multi-Engine Qualification courses should be tailorable to accommodate customer requirements in such a way to enable those requiring FAA Pilot Certification to receive their certification at the conclusion of training. c.It is requested that those interested in providing these training opportunities respond to this amendment indicating; proposed duration of training that includes flight and academic hours associated with each proposed course; a ROM cost for provision of each training course as listed below on a per student basis; and maximum numbers of personnel that can be trained at any one time for each of the courses identified. If any lodging/meals accommodations can be made for student personnel please include the applicable information. d.Courses to be provided: i.Single-Engine Fixed Wing and Instrument Qualification ii.Fixed Wing Multi-Engine Qualification iii.C-23 Aircraft Qualification iv.C-23 Instructor Pilot v.Para/bundle Drop vi.NVG vii.Unimproved Runway/Low Level/Contour Flight viii.Flight Engineer ix.C-23 Aircraft Maintenance 5.The aircraft may require painting IAW FMS customer requirements. 6. The aircraft may require modification. It is anticipated that any modification activities would be minor in nature and likely avionics related. 7.After completion of the country ground and flight crew training, the contractor will prepare the aircraft to be ferried to the respective country. Aircraft ferry tanks and High Frequency radios will be made available by the USG and will be required to be installed in advance of being ferried to the respective country. A contractor maintenance representative will accompany each aircraft during what is considered the two ferry flight operations (Davis Monthan AFB, AZ to maintenance location for return to FMC and from the crewmember training site to the respective country). After ferry flight to the respective country, the contractor will remove all ferrying avionics and equipment, package them, and ship them to CONUS. 8.The contractor may be required to ship Mission Equipment Items from the contractor's maintenance facility training site to the recipient country. 9.The contractor will be expected to provide aircraft spares to support a one to two year flying hour program and parts will need to be shipped to the respective country well in advance of aircraft arrival. 10.Provision of Ground Support Equipment to include shipment to country. 11.Provision of technical publications/prescriptions and aircraft avionic subscriptions 12.Provision of in-country Field Service Representatives, one for each Aircraft, for a period of up to 2 years with option to extend. The contractor must be prepared to support flight operations with pilot personnel as required. All fuel costs will be borne by the USG but any other Petroleum, Oil or Lubricant products will be the responsibility of the contractor. The Defense Contract Management Agency (DCMA) and the Government Flight Representative (GFR) will have oversight of contract activities. The Government anticipates utilizing the authority cited at FAR Part 6, Competition Requirements and FAR Part 15, Contracting by Negotiations to satisfy this requirement as a competitive procurement. If your firm believes it can satisfy this requirement, request you reply to this announcement with the rationale to allow your firm to be included in the anticipated RFP. All interested inquiries will be considered. It is anticipated that any resultant contracting action in support of this requirement will be contracted for using Federal Acquisition Regulation (FAR) Part 6 and Part 15. Interested sources are requested to provide the following information: 1.Company name, CAGE code, and business size. 2.Documentation demonstrating the ability to return C-23 Aircraft to a Fully Mission Capable status, provide training of foreign national maintenance personnel, provided aircraft pilot personnel, support ferrying operations, provide logistics support in country including providing a Field Service Representative. 3.A brief description of the company's experience of modifying C-23 aircraft and any Supplemental Type Certificates owned. 4.A brief description of the company's experience with training of maintenance personnel and crewmembers. 5.Identification of issues, concerns, or contingencies (if any) that might hinder the company from providing a proposal for the entire effort if requested to do so in a future Request for Proposals. 6.Estimated time required to complete each of the task listed above. 7.The estimated price per aircraft for each Task listed below to include all anticipated costs to prepare the aircraft for ferrying, support for obtaining the necessary AWR, accompanying aircraft to repair facility, returning the aircraft to service, paint the aircraft, support during the training of flight personnel, preparing the aircraft for ferrying the aircraft to country, accompanying aircraft to country, and in-country support of aircraft in 1 and 2 year increments. The estimate will be broken down into the following lines for each aircraft as applicable: a.Preparation of aircraft, including support to obtain AWR, to be ferried from AMARG to location where it will be restored to FMC status. Each AC b.Restoration of aircraft to FMC status (Request location of Restoration.) Each AC c.Maintenance and crewmember training Each person/ Each course d.Spare Parts (Recommended list of parts, quantity and unit cost)Each AC/1 YR e.Ground Support Equipment (GPU, Tug and other equipment needed to support the aircraft. Need recommended item list, quantity and unit cost.) Each AC f.Specialized Tools to support aircraft. (Need recommended item list, quantity and unit cost.) Each AC g.Test, Measurement & Diagnostic Equipment (Need recommended item list, quantity and unit cost.) Each AC h.Publications/Subscriptions Each AC/1 YR i.Operation and Maintenance Pubs update subscription ii.Flight Management System data update subscription i.Contractor Field Service Representative (2 year with options)Each YR j.Transportation Each AC 8.Identify any standard commercial warranties, as applicable. 9.Responders to this Sources Sought announcement may supply a recommended Contract Line Item Number (CLIN) structure, which may be utilized in a future Request for Proposal. 10.Identify your company's status in the Federal Government for Award Management (SAM) system. 11.Respondent's interest in bidding on a solicitation in support of this requirement if it is issued. All responses shall be submitted to the U.S. Army Contracting Command - Redstone, ATTN: CCAM-ARB/Matthew Copeland (Contract Specialist), 650 Discovery Drive, Huntsville, Alabama 35806 and courtesy copied to U.S. Army Fixed Wing Project Management Office, ATTN: SFAE-AV-FW/Frederick L. Thompson (Acquisition Analyst), 650 Discovery Drive, Huntsville, Alabama 35806. Electronic email responses will be accepted at, matthew.t.copeland2.civ@mail.mil and frederick.l.thompson.civ@amil.mil. Your responses are required by 1600 CST 3 July 2015. This is Sources Sought Announcement is not a solicitation for requests for proposal. No reimbursement shall be made for any costs associated with providing information in response to this announcement or any follow up information requests. Nothing shall be construed herein or through this announcement to commit or obligate the Government or the responders to further action as a result of this research. ---------------------------- Classification Code: 1510- Aircraft, Fixed Wing NAICS Code: 488190 - Aircraft maintenance and repair services, aircraft ferrying services, aircraft inspection services
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/71b1ead77438c70a6e237440ed39ea30)
- Place of Performance
- Address: ACC-RSA - (Aviation) ATTN: CCAM, Building 5303, Martin Road Redstone Arsenal AL
- Zip Code: 35898-5280
- Zip Code: 35898-5280
- Record
- SN03760943-W 20150613/150611234759-71b1ead77438c70a6e237440ed39ea30 (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 |