Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 07, 2025 SAM #8501
SOURCES SOUGHT

J -- CONTRACTOR FIELD TEAM (CFT) AIRCRAFT BATTLE DAMAGE REPAIR (ABDR)/IN-SERVICE REPAIR (ISR) USN

Notice Date
3/5/2025 8:31:30 PM
 
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
N6264925RC002
 
Response Due
4/10/2025 1:00:00 PM
 
Archive Date
04/10/2026
 
Point of Contact
Sara Robinson, Phone: 315-243-8412, Hitoshi Okada 81-46-816-7107
 
E-Mail Address
sara.e.robinson19.civ@us.navy.mil, hitoshi.okada.ja@fe.navy.mil
(sara.e.robinson19.civ@us.navy.mil, hitoshi.okada.ja@fe.navy.mil)
 
Description
CONTRACTOR FIELD TEAM (CFT) AIRCRAFT BATTLE DAMAGE REPAIR (ABDR)/IN-SERVICE REPAIR (ISR) OF UNITED STATES NAVY (USN) AND UNITED STATES MARINE CORPS (USMC) AIRCRAFT IN THE WESTERN PACIFIC REGION 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) Aircraft Battle Damage Repair (ABDR) and In-Service Repair (ISR) services for United States Navy (USN) and United States Marine Corps (USMC) aircraft located in the Western Pacific (WESTPAC). 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. Businesses with experience deploying teams to OCONUS sites and/or subcontracting to foreign vendors for aircraft repairs and related service are encouraged to respond to this notice and to participate in any future industry days. 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�s only interested at this point is to identify interested and capable contractors for these services. The anticipated places of performance will be within WESTPAC. The Contractor will be requested to dispatch personnel to perform aircraft repairs in locations identified by individual orders. Requests may require reporting to the USG�s designated point of departure within 24 hours of the USG�s request for support. The USG is contemplating placing at least one proof of concept order, and may decide to place at least one proof of concept order annually thereafter. However, there will be no minimum order guarantee. CFT ISR services include the following: Aircraft Battle Damage Repair (ABDR) Supporting USG Forward Deployed Combat Repair (FDCR) Teams, the Contractor shall deploy its personnel to a Contested Logistics Environment (CLE) in order to perform ABDR services. Such services will restore structural integrity and systems serviceability to battle damaged aircraft, allowing continued combat operations during hostilities. ABDRs are expedited repairs that allow an aircraft to perform contingency or partial missions, in either a fully mission capable or degraded status, or to perform one-time flights to a repair location. ABDR repairs are considered temporary unless they are accomplished according to USG approved procedures or are reviewed and approved by a USG Engineer possessing the proper release authority. ABDR services may include but are not limited to the following categories: Aircraft structural repairs Repairs to flight-safety critical sub-systems Repairs to or replacement of flight-safety critical components In-Service Repair (ISR) ISRs are depot repair requirements that are beyond the capability of the aircraft�s reporting custodian (i.e. squadron) to perform. Supporting USG forward-deployed depot maintenance activities; the Contractor shall deploy its personnel to a CLE in order to perform ISR services. 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. The following examples (not limited to) are 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 Other As-Required Aircraft Maintenance Services In support of forward-deployed USG personnel and activities, the Contractor shall deploy its personnel to a CLE in order to other as-required aircraft maintenance services. The following examples (not limited to) are categories of other as-required aircraft maintenance services that may be required: O-level maintenance (also known as Line Maintenance). This 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, aircraft parts, aircraft components, special tooling, and equipment required by individual orders. Purchase of raw materials, hazardous materials, tools/tooling, equipment, aircraft parts and aircraft components in support of forward-deployed aircraft maintenance. The Contractor will be expected to leverage local (i.e. vicinity of the place of performance) resources for such requirements, if at all possible. Lease of equipment in support of forward-deployed aircraft maintenance. The Contractor will be expected to leverage local (i.e. vicinity of the place of performance) resources for such requirements, if at all possible. Local manufacture of aircraft parts. The Contractor will be expected to leverage local (i.e. vicinity of the place of performance) resources for such requirements, if at all possible. Other aircraft maintenance support services not otherwise specified 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 to the USG�s designated point of departure within 24 hours of the USG�s request for support. (9) Description of the company�s experience deploying CFT�s to OCONUS locations, to include any potential experience conducting repairs in combat environment. (10) Description of the company�s experience using the Synchronized Pre-deployment and Operational Tracker (SPOT). (11) Descriptions of the company�s experience in partnering and subcontracting with foreign vendors in support of USG contract requirements. *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 sometime during the period June � September 2025. Attendance is anticipated to be limited to only two representatives per firm. If the government decides to host an industry day, a separate announcement, with additional information, will be made in the future. Contracting Office Address: NAVSUP Fleet Logistics Center Yokosuka PSC 473 Box 11 FPO, 96349-0011 Japan Place of Performance: Western Pacific Primary Point of Contact.: Sara Robinson, Contracting Officer sara.e.robinson19.civ@us.navy.mil Secondary Point of Contact: Hitoshi Okada Contract Specialist Hitoshi.Okada.ln@fe.navy.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a17e1676460e40cc9a85ed26ceada723/view)
 
Place of Performance
Address: JPN
Country: JPN
 
Record
SN07362387-F 20250307/250307070542 (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 |
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.