Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 4,1997 PSA#1817

Wr-Alc/Pkxoa, 235 Byron St, Robins Air Force Base Ga 31098-1611

H -- CLS FOR J STARS E-8A SOL F09603-97-R-42920 DUE 070797 POC For copy, MAIL TO ABOVE ADDRESS include mfg code, For additional information contact Barbara Singleton/Lkkb/(912)926-0874 This solicitation is for Contractor Logistics Support (CLS) for the Joint STARS E-8A aircraft to be used as an In-Flight Trainer (IFT). The contractor awarded this contract will be required to assume maintenance and logistics support responsibility beginning Oct 97. The contractor will be required to support the Joint STARS airframe at the Main Operating Base (MOB), Robins AFB GA as follows: Provide spares for all non-stock listed items at all levels of maintenance including field, intermediate, and depot levels. The contractor must have access to a world-wide Federal Aviation Administration (FAA) certified logistics system, in addition to the minimum essential requirements set forth in the solicitation. The contractor must be able to inspect and maintain the airframes in accordance with FAA standards and maintain an FAA repair station license and FAA certified facilities. The contractor must have FAA certified technicians also known as Field Service Representatives (FSRs) for technical support at the MOB. The FSRs shall specialize in the following: Airframe, Pneuydraulics, Electrical Systems, and Powerplant (for Boeing 707 airframes)/Avionics General Maintenance Technicians. An isochronal maintenance program will be utilized for this aircraft. Checks are based on the Boeing 707 maintenance program and modified as required. A Home Station Check (Boeing 707 "A" Check) is due every 30 days, Minor Inspection (707 "B" Check) is due every 6 months, and a Major Inspection ("C" Check) is required every 18 months. The Major Inspection is the Programmed Depot Maintenance (PDM) for the aircraft, requiring depot-level effort. These inspections include specified work cards from the 707 Maintenance Planning Document, Supplemental Structural Inspection Document and Corrosion Prevention and Control Program; and specified Service Bulletins, Airworthiness Directives, and Time Compliance Technical Orders; as well as any work directed in the contract Statement of Work. The work will also include periodic tasks such as lubrication and paint. Other duties required of the awardee, which will be fully covered in the RFP include: Over and Above work, engineering and technical support, contract field teams, drop-in maintenance, maintenance compression/acceleration, etc. A technical library is available at WR- ALC/LKS; the point of contact for access to the library is Mr Bill Camp (912)926-1102. Target contract award date is September 1997. The period of the contract consists of basic year and a one year option, each tied to a fiscal year, for a total not to exceed two years. Additionally, the contractor will be required to provide physical security and classified handling in accordance with the Statement of Work and the DD Form 254. The E-8A will be housed at the Joint STARS MOB, Warner Robins Air Logistics Center (WR-ALC), Robins Air Force Base, Georgia. The aircraft is a Boeing 707 aircraft reconfigured to Joint STARS specifications. The aircraft is equipped with TF33-102B engines; the contractor will be required to provide engine support to include maintenance, repair, removal, and shipping of engines at all levels of maintenance. If this contracting effort were competed and a contractor other the current CLS contractor were awarded this effort, the contractor would be required to set-up their own Contractor Operated and Maintained Base Supply (COMBS) and program management, obtain the necessary Field Service Representative (FSR) support, lay-in initial spares for all common E-8C and E-8A non-stock listed items, and obtain the necessary administrative and warehouse facilities to perform the required support for the E-8A. Currently, there are insufficient facilities to house a second contractor here at the MOB. If these facilities were constructed, the time required would consists of a minimum of 5 years to program, budget, and construct under Military Construction (MILCON). Therefore, the only alternative would be to have the contractor lease or purchase some office and warehouse space in a nearby city. Lead times associated with a competitive requirement are considered prohibitive in terms of meeting the required need date of 1 Oct 97. Specifically, neither the 5 year period previously discussed for the Government to provide facilities, nor the ramp-up time necessary for another contractor to set up the entire support infrastructure at Robins AFB (including establishment of facilities in the nearby city) will enable support of the E-8A by Oct 97. The government's position is to award a contract modification as a sole source acquisition to the existing Joint STARS CLS contractor, E- Systems, who will be required to provide the maintenance and logistics support responsibility covering FY98 and FY99. The maintenance and support concept for the E-8A is very similar to the existing CLS contract which was competed and awarded to E-Systems in FY94. E-Systems is already in place at the MOB providing CLS support for the Joint STARS E-8C production aircraft already delivered. This two year support requirement for the IFT is essentially an interim buy to facilitate uninterrupted support of a Joint STARS trainer aircraft, which must now be relocated to the MOB. Planning actions for the follow-on aircraft CLS contract, including the IFT requirement, covering at least FY00 through FY04 will begin in the near future and will be accomplished on a full and open competition basis. Due to the lead time associated with a competitive acquisition for a two year performance period and the lack of facilities available to house another contractor, it is not in the best interest of the government to award this acquisition to a contractor other E-Systems to provide similar CLS support for one E-8A as that provided for the E-8C production aircraft. Prior to completion of this interim buy, a full and open competition for the follow-on CLS contract will be conducted to include all delivered E-8C production aircraft, the Aircraft Maintenance Trainer (AMT), and possibly two In-Flight Trainers. To obtain a copy of the solicitation package for the IFT send a written request or a FAX to buyer, Barbara Singleton FAX (912)926-5407. This solicitation will be issued approximately 6 Jun 97. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources may submit a bid, proposal, or quotation which shall be considered. If your concerns are not satisfied by the contracting officer, an Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to dimish the authority of the contracting officer, but communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call James B. Grant (912)926-2604. To obtain a copy of solicitation package send a written request or FAX (912)92 6-5407. Attention: Barbara Singleton/LKKB. The approximate issue/response date will be 06 Jun 97. To: E-Systems Inc, Greenville Tx 75403-6056. To: Grumman Aerospace Corp, Melbourne Fl 32902 9650. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. See Note (s) 22,26. (0092)

Loren Data Corp. http://www.ld.com (SYN# 0039 19970404\H-0002.SOL)


H - Quality Control, Testing and Inspection Services Index Page