SOLICITATION NOTICE
J -- Helicopter Maintenance Contract Consolidation
- Notice Date
- 10/2/2018
- Notice Type
- Presolicitation
- NAICS
- 488190
— Other Support Activities for Air Transportation
- Contracting Office
- AFICA - AFICA- CONUS
- ZIP Code
- 00000
- Solicitation Number
- FA6800-18-R-0005
- Point of Contact
- Jamey L. Hartsel, Phone: 3184562866, Tiffany D. Carter, Phone: 3184568983
- E-Mail Address
-
jamey.hartsel@us.af.mil, tiffany.carter.6@us.af.mil
(jamey.hartsel@us.af.mil, tiffany.carter.6@us.af.mil)
- Small Business Set-Aside
- Partial Small Business
- Description
- HELICOPTER MAINTENANCE CONTRACT CONSOLIDATION PRE-SOLICITATION NOTICE Description: The 767th Specialized Contracting Flight at Barksdale Air Force Base, Louisiana intends to award multiple award contracts to consolidate helicopter maintenance acquisitions (with two competition pools-Small Business Set-Aside and Full and Open Competition). The contracts will provide support services to Andrews AFB, MD, F.E. Warren AFB, WY, Minot AFB, ND, Malmstrom AFB, MT, Fairchild AFB, WA, Yokota AB Japan, Kirtland AFB, NM, and other locations as needs arise. Below is an overview of the primary requirements of the acquisition. The following represents the primary requirements of the acquisition. (1) Perform "full spectrum", "turn key" maintenance operations, 24 hours a day, seven days a week (24/7) to include: organizational and intermediate level maintenance, repairs, scheduled and unscheduled maintenance, scheduled inspections, Time Compliance Technical Orders (TCTOs), Time Change Items (TCIs) and One Time Inspections (OTIs), Plans, Scheduling and Documentation (PS&D), and fleet management. (2) Launch, recover, inspect, maintain, and repair all unit assigned UH-1N and HH-60 helicopters and mission support equipment, in addition, provide Aircrew Services (pilots) for all unit assigned UH-1N, HH-60 and V-22 rotary aircraft in order to meet the Air Force District of Washington (AFDW), Air Education and Training Command (AETC), Air Force Global Strike Command (AFGSC), and Pacific Air Forces (PACAF) missions and additional potential missions. (3) Provide maintenance support services to include, but not limited to: aircraft ground handling, launch and recovery, pre-flight/thru-flight/basic post flight, hourly post flight, periodic/phase inspections, quality control, assistance with aircraft crash recovery, medical evacuation, fire suppression support, other contingency, designed operational capability generation or emergency support, and off-station recovery support. (4) Maintain aircraft to include inspections, exercises, deployments, static displays, incentive flights, open house (air shows), search and rescue, spouse orientation day, and change of command ceremonies that involve aircraft and/or maintenance resources. (5) Perform weapons maintenance and munitions operations to include storing and supplying weapons munitions load/install, removal, build-up and delivery, inspections, exercises, deployments, search and rescue that involve aircraft and/or maintenance resources. A Firm-Fixed Price contract vehicle with both Firm-Fixed-Price Contract Line Item Numbers (CLINs) and Cost Reimbursement CLINs (travel, overtime and fuel) is contemplated. The applicable North American Industry Classification System (NAICS) Code is 488190 (Other Support Activities for Air Transportation) with a $32.5M small business size standard. Multiple awards are anticipated. Two competition pools (Small Business Set Aside and Full and Open Competition) with up to 5 contractors in each pool is planned. Contract performance is as follows: Contract Length 01 Oct 19-30 Sep 29 Ordering period 1 01 Oct 19-30 Sep 24 Ordering period 2 01 Oct 24-30 Sep 29 Task orders competed for each operating location/MAJCOM as current contracts expire. Release of the RFP is anticipated within the next 60 days, with proposals due 45 days after release. Information concerning this solicitation has been incrementally released and posted to Federal Business Opportunities (FedBizOpps) http://fedbizopps.gov/. A Pre-Proposal Conference and site visit will be conducted in November 2018 at the first two operating locations to be competed (Fairchild AFB-Small Business Set Aside Pool and Kirtland AFB-Full and Open Competition Pool). The following AFFARS Mandatory Procedure will be utilized: AVAILABILITY OF FUNDS (IAW AFFARS MP5332.7 Contract Funding: Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/b8fd05a97e1a6102cb7a2170a5c16c53)
- Place of Performance
- Address: AETC, 36 RQS, 58 OG, 106 Taxiway J. Rd Fairchild AFB, WA 99011-9662, 58 MXG, 58 SOW, 4279 Hangar Road, SE, Kirtland AFB, NM 87117-5861, AFGSC, 40 HS, 582 HG, 7101 Flightline Drive, Malmstrom AFB, MT 59402-6837;, 54 HS, 582 HG, 314 Flightline Dr, Minot AFB, ND 58705-5022;, 37 HS, 90 OG, 7505 Saber Rd FE Warren AFB WY 82005-2686;, PACAF, 459 AS, Unit 5223, Bldg 700, Yokota AB Japan, APO AP 96328-5223, AFDW, 1HS, 811OG, 1914 Arnold Ave, Andrews AFB, MD 20762-6319, Barksdale AFB, Louisiana, 71110, United States
- Zip Code: 71110
- Zip Code: 71110
- Record
- SN05113359-W 20181004/181002230750-b8fd05a97e1a6102cb7a2170a5c16c53 (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 |