SOLICITATION NOTICE
16 -- LSR Support for the F/A-18 Aircraft
- Notice Date
- 12/1/2020 6:53:08 AM
- Notice Type
- Presolicitation
- NAICS
- 336
—
- Contracting Office
- DLA AVIATION AT PHILADELPHIA, PA PHILADELPHIA PA 19111-5098 USA
- ZIP Code
- 19111-5098
- Solicitation Number
- SPRPA118R010U0006
- Response Due
- 12/16/2020 2:00:00 PM
- Archive Date
- 12/31/2020
- Point of Contact
- Megan Kelly, Phone: 267 358 0800, Amy Yeager, Phone: 2157375111
- E-Mail Address
-
Megan.Kelly@dla.mil, amy.yeager@dla.mil
(Megan.Kelly@dla.mil, amy.yeager@dla.mil)
- Description
- DLA Aviation at Philadelphia will solicit a proposal for a contractor to provide on-site Logistics Technical Service Teams to serve as liaison between USN/USMC Fleet, Training units, and Industry.� This applies to the F/A-18 aircraft.� The Team shall support Customer requirements, continually enhance the skills and technical expertise of maintenance personnel and communicate weapon system performance issues back to Boeing and PMA-265 for the development of new/modified maintenance procedures and/or future design enhancements. Award will be made as an expansion of the current Integrated Product Support (IPS) elements of the performance based logistics and engineering support currently supplied under Boeing Captains of Industry (BCOI) contract.� These expanded IPS elements will provide support for all United States Navy (USN), United States Marine Corps (USMC) and, Foreign Military Sales (FMS) Cases for: Spain, Canada, Switzerland, Malaysia, Kuwait, Australia, and Finland Fighter/Attack F/A 18A F and Electronic Attack EA 18G Type/Model/Series (T/M/S) aircraft. Efforts are for support directly related to hardware that is procured on various F/A-18 and EA-18G contracts. The IPS Elements have the word ""integrated"" specifically included in the name to reinforce the approach of constructing the product support infrastructure to ensure all functional areas are mutually supporting and non-duplicative in terms of funding, usage of resources (both personnel and materiel), capability, and outcomes. Expansion to include LSRs will occur under a funded action.�� This effort contemplated to be procured from Boeing, under the authority of FAR 6.302-1, will be required to provide comprehensive support of the program. The Boeing Company is the original equipment manufacturer (OEM) of these aircrafts with design control, authorization, and documentation to manufacture. The Boeing Company owns the limited data rights to these items. The Government does not have the drawings or complete data packages. The funded expansion to the existing IPS contract is planned as a Fixed Price action with a CPFF CLIN for travel expenses against the BCOI contract, which is strategic in nature and will be the primary vehicle for procurement of a wide range of supplies. Performance will include a total of three performance periods, the first beginning March 2021 and ending December 31, 2021, the second January 1, 2022 to December 31, 2022 and the last January 1, 2023 to December 31, 2023.���
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/0a62bf4d9007473ea36ff3774ae0c2be/view)
- Place of Performance
- Address: Saint Louis, MO 63166, USA
- Zip Code: 63166
- Country: USA
- Zip Code: 63166
- Record
- SN05863576-F 20201203/201201230139 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |