Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 30,1998 PSA#2148

Commander, 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