|
COMMERCE BUSINESS DAILY ISSUE OF JULY 30,1998 PSA#2148Commander, Naval Air Systems Command (Code 2.5.3), Building 441, UNIT
7, Naval Air Station, Patuxent River, MD 20670-1127 J -- TH-57 SOURCES SOUGHT/REQUEST FOR INFORMATION SOL N00019-98-R-0035
DUE 082898 POC Luke Patterson, NAVAIR 2.5.3.5 (301)757-8984 TH-57
SOURCES SOUGHT/ REQUEST FOR INFORMATION POINT OF CONTACT: LUKE
PATTERSON, PHONE 301-757-8984 E-MAIL:
PATTERSON_LUKE%PAX8A@MR.NAWCAD.NAVY.MIL SOLICITATION IDENTIFICATION
NUMBER: N00019-98-R-0035 (THIS DOCUMENT IS FOR INFORMATION/MARKET
RESEARCH. THIS IS NOT A REQUEST FOR PROPOSAL (RFP). THE FORMAL RFP WILL
BE ISSUED IN THE SECOND QUARTER OF FISCAL YEAR 1999) The United States
Navy is seeking Contractor Logistics Support (CLS) sources for TH-57
Helicopters. The TH-57 is commercially known as the Bell Helicopter 206
Jet Ranger. The TH-57 differs from the commercial version in two areas:
(1) TACAN, (2) UHF. The services sought are for approximately 116
aircraft which are owned by the Navy. The support services provided
through the contemplated contract are to maintain the aircraft and have
them available for the Navy's pilot training program. The overall
mission is to provide helicopter flight instruction for several hundred
personnel annually, including Navy, Marine Corps, Coast Guard, and
selected international armed forces personnel. The work site is the
Naval Air Station -- Whiting Field, Milton, Florida. Material and
inventory support will also be provided for two of these aircraft at
the Naval Air Station -- Patuxent River, Maryland. This training
program is well established and has existed for many years. The
existing five year contract will expire in September 1999. The
approximate total expenditure under the existing contract is
approximately $20M per year. The contractor size standard for
participation is anticipated to be unrestricted. The Naval Air Systems
Command is interested in written feedback from industry to assist us
in determining the type and characteristics of solicitation the
Government should use for this effort. Interested parties should
carefully review the TH-57 Statement of Objectives document (SOO) and
Operational Environment document (OED). For background information,
data on the total accumulated flight hours by bureau number (BUNO) is
also included. The TH-57 Statement of Objective and Operational
Environment documents can be found on the NAVAIR Home Page:
http://www.navair.navy.mil Look under Business Opportunities, New
Solicitations, N00019-98-R-0035. NAVAIR requests your response within
30 days of this announcement. Your response should have two main
components as follows: First, a brief qualifications statement about
the company's ability/capacity to perform the work. Second, feedback
relative to the SOO and OED. Can your company prepare an offer based on
the SOO and OED? Can your company fulfill this requirement based on a
commercial type contract? (See Federal Acquisition Regulations -FAR-
Part 12). What other or additional information would you need in a
final Request For Proposal? (Specify which scenario you are responding
to). If you had extensive historical material price data, could you
propose firm-fixed-price for all the material requirements without
including a substantial increased margin in the proposed prices? If
cost reimbursement is utilized for material can you recommend measures
to control cost? Material and labor costs for work "over and above"
routine required maintenance cannot be precisely predicted in advance.
Could you propose to such "over and above" work on a fixed-price
basis? If so, how? Would you prefer a more traditional "Statement of
Work" approach to this acquisition? Would you prefer a mixture or
hybrid approach where you are asked to propose by writing your own
statement-of-work, but are provided a listing of specific tailored
Government parameters? With regard to aircraft damage liability, are
there overall advantages to contractor indemnification of the
Governments assets? If the RFP/Contract contains a Ground-Flight Risk
clause, does the additional Government regulation and oversight versus
contractor indemnification present an advantageous situation for
industry? Please explain the basis of your preference for either
contractor indemnification (or) Ground Flight Risk. Sources are also
encouraged to offer recommendations for contract incentives, both
positive and negative concerning: (a) Aircraft Availability (b)
Additional Aircraft Requirements (a higher number of aircraft to be
available than the stipulated minimum), and (c) Material and Inventory
control. If you have any questions while reviewing these requirements
and preparing your response, please feel free to contact Luke
Patterson (NAVAIRSYSCOM Contracts Specialist) at 301-757-8984. E-Mail:
PATTERSON_LUKE%PAX8A@MR.NAWCAD.NAVY.MIL Posted 07/28/98 (W-SN229104).
(0209) Loren Data Corp. http://www.ld.com (SYN# 0057 19980730\J-0028.SOL)
J - Maintenance, Repair and Rebuilding of Equipment Index Page
|
|