Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 19, 2015 FBO #4986
SOURCES SOUGHT

J -- Office of Aviation – Programmed Depot Maintenance for Rotary Wing Aircraft - Attachment 1

Notice Date
7/17/2015
 
Notice Type
Sources Sought
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
Department of State, Office of Acquisitions, Florida Regional Center, RPSO-FL, 4000 N. Andrews Ave., Fort Lauderdale, Florida, 33309, United States
 
ZIP Code
33309
 
Solicitation Number
SWHARC15I0001
 
Archive Date
8/18/2015
 
Point of Contact
Juan M. Fernandez, , Lisa G. Goodwine,
 
E-Mail Address
FernandezJM@state.gov, goodwinelc@state.gov
(FernandezJM@state.gov, goodwinelc@state.gov)
 
Small Business Set-Aside
N/A
 
Description
List of Aircraft by Location GENERAL This notice is issued as a means of conducting market research to identify parties having an interest in and capability to provide the services described below. This notice is issued solely for information and planning purposes and does not constitute a Request for Proposals (RFP), Request for Quotations (RFQ), Invitation for Bids (IFB) or a commitment on the part of the government to conduct a solicitation in the future. All information provided is strictly voluntary and no reimbursement will be made for any costs associated with providing a response to this notice. Further, the US Department of State (DoS) offers no assurance that any solicitation will result from this notice. All information contained in this Sources Sought Notice is preliminary and is subject to change. Failure to respond to this notice will not preclude participation in any future solicitation, should one be issued. Any information submitted will become the property of the Government and will not be returned. Proprietary information, if any, MUST BE CLEARLY MARKED. Responses to this Sources Sought Notice will be utilized by the Government to determine the availability of firms capable of meeting DoS requirements and will be considered in determining the appropriate acquisition strategy (including the appropriateness of setting-aside this acquisition for US small business concerns). Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Responses providing partial information may not be considered by the Government. The Government reserves the right to contact respondents as part of market research efforts. Questions, if any, must be directed in writing to FernandezJM@state.gov or GoodwineLC@state.gov. REQUIRED SERVICES The Department of State, Office of Aviation, has requirements for Programmed Depot Maintenance (PDM) for the current rotary wing fleet described below. These rotary wing aircraft perform a variety of missions. At times the aircraft may operate from forward operating base locations under primitive conditions and at other times from international airports executing instrument approaches. Their primary mission is to transport passengers and cargo into and out of austere and established areas located throughout their respective theaters of operation. Missions require that the aircraft continue to meet specified OEM performance requirements while operating in environmentally challenging, high, hot and dusty conditions at or near the performance margins. Depending on the region where these aircraft have been deployed, these aircraft may have defensive aircrew and aircraft survivability systems installed. The DOS Critical Flight Safety Programs (CFSP) emphasis is on maintaining safe airworthy airframes to insure aircraft reliability in the field environment. The goal is to reset airframes on a periodic basis to reduce field maintenance requirements and ensure continued airworthiness. The goal is to preserve the investment in these capital assets by restoring them to OEM standards to meet mission requirements. The Aircraft Condition Inspection (ACI) requirements are expected to restore aircraft subjected to this process to a condition which can be maintained at the field level to ensure a high level of operational availability for the duration of the designed service period. In addition these requirements are expected to enhance the aircraft reliability. These requirements include, but are not limited to the following. Conduct thorough and comprehensive inspections of selected aircraft structure, flight essential systems, and flight critical components by appropriate inspection methods with repair as required ensuring aircraft serviceability until the next Programmed Depot Maintenance (PDM) induction. Incorporation of authorized Technical Directives and Modifications will be required. Major aircraft components shall have sufficient time remaining after completion of PDM to insure that component replacement is not required prior to next Phase inspection. DoS may direct replacement of components on a case-by-case basis. Strip and repaint the exterior and paint interior of the aircraft. Adjustment, checks, tests, repairs, inspections, and preventive maintenance shall be accomplished in accordance with applicable directives and publications. Inspect and evaluate aircraft for airworthiness. Develop and execute any required repair procedures using established technical data. In case(s) where established procedures do not exist, the vendor shall have the engineering capability to develop and execute all levels of airworthy repairs for aircraft involved in accidents, incidents, and battle damage requiring major or specialized structural repair. A five (5) year cycle between depot visits is required. PDM consists of transportation, Aircraft Condition Inspection (ACI), discrepancy prioritization, repairs, post-maintenance test flights, and documentation. Aircraft modifications may also be required. Transportation may be required from field site to depot facility and return. FLEET COMPOSITION: (1)Bell/ UH-1 series: UH-1 series helicopters include single and twin engine helicopters. Single engine UH-1 helicopters have been refurbished to Huey II or similar configurations. Twin engine UH-1 helicopters have been refurbished to DoS specifications. (2)Sikorsky UH-60L and S-70 (3)Sikorsky S-61 (4)MD Helicopter MD-530 (5)Boeing CH-46E Refer to Attachment 1 for a list of aircraft by location. REQUIRED CERTIFICATIONS / QUALIFICATIONS: All work is to be done in accordance with (IAW) applicable original equipment manufacturer (OEM), or Department of Defense (DoD) technical publications. Higher Level Quality Requirement of AS-9110, Rev B or later is required. REQUIRED INFORMATION Vendors interested in responding to this Sources Sought Notice should submit all information electronically to FernandezJM@state.gov or GoodwineLC@state.gov no later than 2:00 pm ET on August 3, 2015. 1.Company Information: Name, Address, DUNS number, and POC information. 2.Company Socio-Economic Status: Small, HUBZone, 8(a), etc. 3.Is your company capable of providing required services for all airframes? If not, please specify which airframes your company is able to support. 4.Describe your company's capabilities (personnel and facilities) as they relate to the efforts described in this notice? What work has your company accomplished in accordance with applicable original equipment manufacturer (OEM), military (DOD) or Federal Aviation Administration (FAA) specifications and standards? 5.Describe pertinent industry certifications your company / personnel possess? Does your company possess an AS9110 Rev. B (or later) certification? List any voluntary consensus standards your company routinely utilizes in accomplishing the type of work described in this notice. 6.As indicated herein, the current aircraft fleet is operating in a wide range of locations. Transportation from those locations to a central, CONUS maintenance location can be costly. Considering the geographical locations cited, we request you discuss possible service locations. Specifically we are interested in the pros and cons of (1) centralized CONUS activity, (2) targeted OCONUS/ regional facilities, and (3) combination thereof. Include information as to your company's experience or ability in providing repair/maintenance services at locations which you advocate. Include arguments supporting your approach. 7.Based on the information contained in this notice, approximately how much time would you require to complete Programmed Depot Maintenance per each aircraft, by type? What is your basis of estimate for those times? Based on the aircraft type, number, location, and time interval provided herein, what number per year would you recommend for PDM? Are there a maximum or minimum number of units per year that might affect your ability to compete for the solicitation? What unique processes does your company utilize which might shorten PDM time without affecting the quality of services? 8.List any existing contract vehicles through which the US Department of State can access your company's services. Provide any exhibits, data, or references which might demonstrate your ability or experience in providing the services you discuss with DoS.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5e52efaf77a2e30e51ccbba286c1d855)
 
Place of Performance
Address: Multiple (CONUS and OCONUS), United States
 
Record
SN03802002-W 20150719/150717235726-5e52efaf77a2e30e51ccbba286c1d855 (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.