SOURCES SOUGHT
J -- CONTRACTOR FIELD TEAM (CFT) IN-SERVICE REPAIR (ISR) of UNITED STATES MARINE CORPS (USMC) and UNITED STATES NAVY (USN) AIRCRAFT in AUSTRALIA
- Notice Date
- 9/14/2023 12:13:30 AM
- Notice Type
- Sources Sought
- NAICS
- 488190
— Other Support Activities for Air Transportation
- Contracting Office
- NAVSUP FLT LOG CTR YOKOSUKA FPO AP 96349-1500 USA
- ZIP Code
- 96349-1500
- Solicitation Number
- N6264923R0088
- Response Due
- 10/14/2023 3:00:00 AM
- Archive Date
- 10/29/2023
- Point of Contact
- Jonathan Groeschel, Sara Robinson
- E-Mail Address
-
jonathan.j.groeschel.civ@us.navy.mil, sara.e.robinson19.civ@us.navy.mil
(jonathan.j.groeschel.civ@us.navy.mil, sara.e.robinson19.civ@us.navy.mil)
- Description
- CONTRACTOR FIELD TEAM (CFT) IN-SERVICE REPAIR (ISR) of UNITED STATES MARINE CORPS (USMC) and UNITED STATES NAVY (USN) AIRCRAFT in AUSTRALIA Fleet Logistics Center Yokosuka (FLCY) and Fleet Readiness Center Western Pacific (FRC WESTPAC) are seeking interested contractors with relevant aircraft repair experience to provide Contractor Field Team (CFT) In-Service Repair (ISR) services for United States Marine Corps (USMC) and United States Navy (USN) aircraft located in Australia. The aircraft to be repaired may include, but are not limited to, the following type/model/series (T/M/S): C-130, H-1, H-53, H-60, F/A-18 and V-22. This Sources Sought should not be construed as a formal solicitation or an obligation on the part of the United States Government (USG) to acquire these services. Any information provided to the USG is strictly voluntary and at no cost to the USG. Any formal solicitation will be announced separately. The USG only interested at this point in identifying interested and capable contractors for these services.� The places of performance will be within the geographical boundaries of Australia, to include the start and terminus of travel. The Contractor will be requested to dispatch personnel to perform aircraft repairs in locations identified by individual orders. Urgent requests may require reporting to the aircraft�s location within 12 hours after placement of an order.� The USG estimates placing from five (5) to twenty (20) orders per year. However, this is only a preliminary estimate and the estimated work volume should not be construed as a guarantee.�� CFT ISR services include the following: Depot Level Repairs Depot level repairs (also known as Heavy Maintenance) are those requiring major overhaul or complete rebuilding, remanufacturing, or modification of aircraft structures, parts, assemblies, and end items in accordance with applicable maintenance manuals. Expertise in airframe and composite material repair are important components of such work.� � Organizational Level Maintenance O-level maintenance (also known as Line Maintenance) includes minor aircraft services, inspections and quick turn-around repairs. Maintenance at this level typically consists of immediate remove and replace (R&R) operations that replace failed (unserviceable) Line Replaceable Units (LRUs) with spare (serviceable) assets. Logistics Support In general, the government intends to provide all data, materials, parts, components, special tooling and support equipment for this work. The Contractor will provide all supervision, personnel, and common tools for these requirements. In special cases, and if capable, the Contractor may be requested to augment USG logistics by providing materials, parts, components, special tooling, and equipment required by individual orders. Examples The following are examples (not limited) of aircraft deficiencies that may require CFT ISR services: - Structure Surface Corrosion - Structure Surface Punctures - Structural Cracks - Structural Pitting - Working Rivets - Migrated Bushings - Cracked Bushings - Engine Exhaust Cracks - Defective or Damaged Fuel Cells - Defective or Damaged Landing Gear Instructions for Responding Interested companies are asked to respond to this notice by submitting the following information to the Contracting Officer via email: sara.e.robinson19.civ@us.navy.mil. Please also include any questions or comments related to the requirements described above: (1) Company name, point of contact, telephone numbers, e-mail address, company CAGE Code, and DUNS (2) Approximate annual gross revenue for the past 5 years (if available). (3) Description of the company's ability to mobilize, manage and finance a contract of this size. (4) Description of the company�s Government or commercial contracts for work performed on similar military aircraft (both as prime and sub-contractor)* (5) If the company has no past or current work on similar military aircraft, please describe the company�s Government or commercial contracts for work on similar commercial aircraft (either as prime or sub-contractor)* (6) Description of the company�s workforce skills for performing similar work. (7) Description of the company�s facilities that may be used to perform similar work as drop-in repairs. (8) Description of the company�s ability to report onsite within geographical boundaries of Australia within 12 hours of order placement. *Please include details such as production volume, levels of maintenance performed (organizational, intermediate, or depot), facility attributes, owned tooling / equipment, workforce size and employed labor categories, etc. that demonstrate the company�s ability to perform the work. The USG is under no obligation to consider information received after the required due date as part of the formal market research for this acquisition. Please also note that FRC WESTPAC is considering an Industry Day in support of this requirement to be held at Naval Air Facility Atsugi during November 2023. Attendance is anticipated to be limited to only five representatives per firm. If the government decides to host an industry day, a separate announcement will be made in the future with additional information. Contracting Office Address: NAVSUP Fleet Logistics Center Yokosuka PSC 473 Box 11 FPO, 96349-0011 Japan Place of Performance: Australia Primary Point of Contact: Jonathan Groeschel, Contracting Officer Jonathan.J.Groeschel.civ@us.navy.mil Secondary Point of Contact: Sara Robinson, Contracting Officer sara.e.robinson19.civ@us.navy.mil
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/e873f36ca2a5436abcac8c49a80801f3/view)
- Place of Performance
- Address: AUS
- Country: AUS
- Country: AUS
- Record
- SN06832415-F 20230916/230914230127 (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 |