MODIFICATION
16 -- Joint Primary Aircraft Training System (JPATS), Contractor Operated and Maintained Base Supply (COMBS) Services for the T-6A/B/D Fleet, (FA8617-18-R-6213), Draft Request for Proposal (DRFP) - (FA8617-18-R-6213) Synopsis of Proposed Contract Action_Final
- Notice Date
- 11/1/2016
- Notice Type
- Modification/Amendment
- NAICS
- 488190
— Other Support Activities for Air Transportation
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFLCMC/PK - WPAFB (includes PZ, WL, WW, WI, WN, WK, LP, WF, WK), 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218, United States
- ZIP Code
- 45433-7218
- Solicitation Number
- FA861718R6213
- Point of Contact
- Kent C. Anderson, Phone: 9376566624, John Seacrist, Phone: 9372557203
- E-Mail Address
-
kent.anderson.2@us.af.mil, john.seacrist@us.af.mil
(kent.anderson.2@us.af.mil, john.seacrist@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- This synopsis is to inform the general public of the Contracting Office’s intent to solicit for a CONTRACTOR OPERATED AND MAINTAINED BASE SUPPLY (COMBS III) services contract for the Joint Primary Aircraft Training System Program (JPATS). UPDATE: This synopsis is to inform the general public of the Contracting Office's intent to solicit for a CONTRACTOR OPERATED AND MAINTAINED BASE SUPPLY (COMBS III) services contract for the Joint Primary Aircraft Training System Program (JPATS). This service will be solicited under Product Service Code (PSC): J016 - Maintenance and Repair of Aircraft components. This solicitation will be solicited under a full and open competition. The proposed solicitation number is FA8617-18-R-6213 and the proposed contract number is FA8617-18-D-6213. There will not be a small business set-aside under this acquisition as there is no reasonable expectation that offers will be obtained from at least two responsible small business concerns, IAW FAR Part 19.502-2. The proposed Contract Line Item Number structure series is as follows: 1000: COMBS Program Management 2000: Support Equipment 3000: Price Per Flying Hour (Normal Wear and Tear) 4000: O/H of Major Time Change Items; Engines, Propellers, Landing Gear 5000: Beyond Fair Wear and Tear (BFWT) & Depot Support 6000: Data 7000: Contract Transition Period 8000: Travel 9000: Additional Material and Equipment (Reserved) Description of services is as follows: The North American Industrial Classification System (NAICS) code is 488190, "Other Support Activities for Air Transportation", size standard $32.5 mil. Major logistics elements will include, but are not limited to, providing operations and logistics support with Federal Aviation Administration (FAA) certified parts and repair for the Joint Primary Aircraft Training System (JPATS) fleet which consists of 743 T-6A/B/D aircraft. The COMBS services provider will be responsible for providing supply support in the form of serviceable FAA certified material and support equipment to the maintenance provider in support of Air Education & Training Command (AETC), Chief of Naval Air and Training (CNATRA) and United States Army Flight Test Directorate (USA/FTD) daily flying mission. The T-6 is located at 11 CONUS locations with a fleet consisting of 3 versions of the T-6 aircraft. These aircraft require COMBS support at each operating location to include Vance AFB, Sheppard AFB, Randolph AFB, Laughlin AFB, Columbus AFB, NAS Pensacola (USN and USAF), NAS Whiting Field, NAS Corpus Christi, NAS Patuxent River and US Army Arsenal. The parts repair, facilities and labor must be compliant with the FAA regulations and U.S. Air Force, Navy and Army requirements. Major logistics elements will include, but are not limited to, providing supply chain and logistics support with Federal Aviation Administration (FAA) certified repair stations; maintenance and repair of all support equipment; engine repair and overhaul. These actions include supply, procurement, production control, quality control, component failure reports, and acquisition of commercial data. In accordance with FAR 5.203(a), this notice must be published at least 15 days before issuance of a solicitation. Parties may submit any questions or responses to Kent C. Anderson, kent.anderson.2@us.af.mil and John K. Seacrist, john.seacrist@us.af.mil. For questions please contact Kent C. Anderson at (937) 656-6624. Anticipated Schedule: RFP Release * 22 Nov 16 Site Visit 6-8 Dec 16 Proposals Due (Past Perf) 22 Dec 16 Proposals Due (Full Proposal) 6 Jan 17 Award 30 Nov 17 Transition-In Start Date 1 Jan 18 Full Performance Begins 1 May 18 *RFP release date of 1 Nov 16 has been changed to 22 Nov 16. As a result, the proposal due dates have been adjusted. **See attachment titled: (FA8617-18-R-6213) Synopsis of Proposed Contract Action_Final END OF UPDATE
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA861718R6213/listing.html)
- Place of Performance
- Address: Multiple Locations, United States
- Record
- SN04318043-W 20161103/161101235039-464590b890a36aa91d83e24b091f4815 (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 |