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