|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 20,1995 PSA#1266PRE-SOLICITATION CONFERENCE POC: Attn: Margie Tyner/Lbka/912-926-7354.
This is notification of intent to convene a pre-solicittion conference
for the purpose of inviting industry participation/comments on an
anticipated acquisition of Programmed Depot Maintenance (PDM) for the
C-130 aircraft. The principal MDS will be C-130E and C-130H. A Firm
Fixed Price type contract is contemplated with provisions for
over-and-above tasks. Direct parts and material required for aircraft
repair will either be furnished through the Government supply system or
acquired by the contractor who will be reimbursed at cost. The
contemplated contract will consist of a basic year and nine option
years. Projected quantities are as follows: Contract Period PDM Acft
DIM Acft Basic Contract Period (Jun 96-Sep 97) 72 20 Annual Option I
(Oct 97-Sep 98) 72 20 Annual Option II (Oct 98-Sep 99) 77 20 Annual
Option III (Oct 99-Sep 00) 74 20 Annual Option IV (Oct 00-Sep 01) 86 20
Annual Option V (Oct 01-Sep 02) 47 20 Annual Option VI (Oct 02-Sep 03)
58 20 Annual Option VII (Oct 03-Sep 04) 59 20 Annual Option VIII (Oct
04-Sep 05) 69 20 Annual Option IX (Oct 05-Sep 06) 66 20 Standard flow
time is 150 calendar days for the first aircraft with an 85 calendar
days flow time to be achieved on acft four and subsequent acft. Minimum
Essential Requirements include, but are not limited to, the following:
a. Covered wash rack with the capability to wash and rinse 7 acft per
month with a water temperature of 130 degrees F and which will
maintain a temperature range of 50 to 100 degrees F. b. Stripping
facility with the capability to strip 7 acft per month. NOTE: The
covered wash rack and the stripping facility can be the same if a total
of 14 acft can be accommodated per month. c. A closed hangar capable of
painting 7 acft per month. A minimum of 23,874 sq ft. The paint hangar
must have explosive proof electrical wiring, forced ventilation, and
an automatic fire fighting system. d. Sufficient hangar space to house
20 C-130 Acft with a minimum of 400,000 sq ft. e. Sufficient ramp
space to park, tie down and/or maintain 10 C-130 Acft with a minimum of
400,000 sq ft. f. Runway length of 5,000 ft and a width of 150 ft. g.
Capability to provide all engineering services. h. Capability to handle
and dispose of hazardous waste. i. Facility must currently be
operational and have worked acft with an empty weight of 75,000 lbs
within the last three years. j. Production plan showing availability of
trained personnel. k. All hangars must have a minimum height of 40 ft
and a minimum width of 140 ft clear of obstructions. The above
information is subject to change as requirements/procedures may change
prior to solicitation. The acquisition will be full and open
competition. Businesses shall be limited to two attendees. Conference
will convene at 0900, 23 Feb 95, Robins AFB GA, Bldg 905, Room 139.
Interested concerns should send written requests, identifying attendees
to WR-ALC/LBKA, Attn: Margie Tyner, 265 Ocmulgee Court, Robins AFB GA
31098-1647. Telephone (912) 926-7354, Telefax (912) 926-7338. All
requests to attend to be received not later than 17 Feb 95. Loren Data Corp. http://www.ld.com (SYN# 0398 19950119\SP-0002.MSC)
SP - Special Notices Index Page
|
|