Sources Sought Notice MH-60S Aircraft Maintenance and Repair

expired opportunity(Expired)
From: Federal Government(Federal)
N6264924Q0077

Basic Details

started - 21 Mar, 2024 (1 month ago)

Start Date

21 Mar, 2024 (1 month ago)
due - 19 Apr, 2024 (12 days ago)

Due Date

19 Apr, 2024 (12 days ago)
Bid Notification

Type

Bid Notification
N6264924Q0077

Identifier

N6264924Q0077
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (710271)DEPT OF THE NAVY (157171)NAVSUP (79232)NAVSUP GLOBAL LOGISTICS SUPPORT (14351)NAVSUP FLC YOKOSUKA (435)NAVSUP FLT LOG CTR YOKOSUKA (309)
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

MH-60S Aircraft Maintenance and RepairFleet Logistics Center Yokosuka (FLCY) and Fleet Readiness Center Western Pacific (FRC WESTPAC) are seeking interested contractors with MH-60S maintenance experience to provide Scheduled and Unscheduled Maintenance, Repair and Overhaul (MRO) services for United States Navy MH-60S aircraft from Guam and forward deployed in the U.S. Indo-Pacific Command (USINDOPACOM) Area of Responsibility (AOR).This Sources Sought should not be construed as a formal solicitation or an obligation on the part of the Government of the United States to acquire any parts or services. Any information provided to the Government is strictly voluntary and at no cost to the Government. Any formal solicitation will be announced separately. The Government is only interested at this point in identifying interested and capable contractors for these services. The place of performance will be in Australia and at the facilities proposed by the Contractor that meet the requirements
of the contract. Specifically, the Government is interested in identifying capable Contractors in the Western Pacific region inside countries with a Status of Forces Agreement (SOFA) or a similar diplomatic arrangement with the United States.Contractor MRO support will include the following1. Depot Level Maintenance:Depot Level Maintenance (also known as Heavy Maintenance) tasks/actions are those requiring major overhaul or complete rebuilding, remanufacturing, or modification of aircraft structures, parts, assemblies, and end items, including support equipment in accordance with the Integrated Maintenance Plan (IMP) Specification and other applicable maintenance manuals.2. Scheduled Maintenance – Planned Maintenance Interval (PMI) work under IMP:IMP requirements provide for airframe, systems, and component inspection through visual and Non-Destructive Inspection (NDI) methods, defect correction, preventative maintenance, operational checkouts and Technical Directive compliance.The IMP requirements for aircraft subject to this process are the minimum requirements, formulated and established to the depth required to ensure the reliability, operational availability, safe operation and airworthiness of the aircraft for the duration of the established service period. The IMP Program will provide depot support throughout the total service life of the aircraft.PMI-1N and PMI-2N events for MH-60S will comply with the latest Naval Air Systems Command (NAVAIR) MH-60R/S IMP Specification.Off-site PMI-1N and PMI-2N events for MH-60S will comply based on the latest NAVAIR MH-60R/S IMP Specification.PMI events for MH-60R will comply based on the latest NAVAIR MH-60R/S IMP Specification. (MH-60R is in scope for National emergency, etc.)The anticipated total annual aircraft inductions are 3-4. The Contractor shall be capable of supporting a nominal workload of 3-4 aircraft in flow, with a surge capacity of 5-6 aircraft in flow.The contract type will be indefinite delivery/indefinite quantity (IDIQ) and will not guarantee either the quantity or frequency of aircraft inductions.Aircraft inducted for PMI will delivered to the Contractor’s facility via US military cargo aircraft (e.g. C-17).Unscheduled Maintenance3. Unscheduled Maintenance are the tasks that are not related to a specific IMP Scheduled Maintenance requirement in NAVAIR MH-60R/S IMP Specification. Unscheduled Maintenance is further divided into 4 subcategories:Over and above (O&A):O&A tasks are repairs performed concurrent with a PMI event. Refer to the Defense Acquisition Regulation Supplement (DFARS) 252.217-7028 for a thorough description of Over and Above Work.In-Service Repairs (ISR):ISR requests are for depot level repairs. ISR work can be issued for inducted and non-inducted aircraft. ISR work may require the Contractor to dispatch personnel as a contractor field service team (CFT) to perform aircraft repairs at remote locations.Customer Service Request (CSR):CSR requests come from operational fleet or the MH-60S T/M/S program office for both inducted and non-inducted aircraft. CSR requirements include, but are not limited to Organizational and Intermediate level maintenances. CSR work may require the Contractor to dispatch personnel as a contractor field service team (CFT) to perform aircraft repairs at remote locations.Depot-Level Technical Directives (TD):TD (aircraft modification and bulletins) shall be accomplished either concurrently with PMI events or as standalone actions.The Government will normally provide technical directive kits, special materials, and special support equipment required for completing modifications.4. Engineering Support:Engineering services, necessary to support the requirements of the contract, will include submittal of repair procedures for review and approval by the Government.5. Logistics Support:Logistics services necessary to support the requirements of the contract, including timely supply data and material requisition requests necessary for completing aircraft maintenance requirements within the established turnaround time (TAT). The government will directly fund procurement of all material.6. Program Management Support:Program Management necessary to support the requirements of the contract, including annual Program Management Reviews (PMR), weekly production meetings, Production Plans that identify the critical path to PMI completion within the established TAT.Interested companies should respond to this notice by submitting the following information, along with any questions or comments, to the Contracting Officer (sara.e.robinson19.civ@us.navy.mil):Company name, point of contact, telephone numbers, e-mail address, company CAGE Code, and DUNS.Approximate annual gross revenue for the past 5 years (if available).Description of the company's ability to mobilize, manage and finance a contract.Description of Government or commercial contracts for work on identical Type/Model/Series (T/M/S) aircraft (as both prime and sub-contractor).If you do not have any past or current work on identical T/M/S aircraft, description of Government or commercial contracts for similar work (as either prime or sub-contractor).Description of your workforce skill-sets performing similar or identical T/M/S work.Description of your company’s capability to perform the Functional Check Flight (FCF) of the MH-60S as part of the depot event if requested by the USG.Description of your facilities, including airfield descriptions, used to perform similar or identical work.Description of your airfield and its capability to support takeoff and landing of US military cargo aircraft (e.g. C-17, etc.).Description of your workforce skill-set to load and offload the MH-60 aircraft (or identical T/M/S aircraft) onto the transport cargo aircraft IAW the applicable specification for the transport cargo aircraft.Provide estimate of your nominal workload/capacity for MH-60S PMI.Provide estimate of your TAT for MH-60S PMI.Provide details such as production volume, levels of maintenance performed (organizational, intermediate, or depot), facility attributes, owned tooling / equipment, workforce size and employed labor categories, etc. that demonstrate your ability to perform the work.Description of your company’s capability to pick up and delivery MH-60 (transport via contractor's cargo aircraft).The Government is under no obligation to consider information received after the required due date as part of the formal market research for this acquisition.Contracting Office Address:PSC 473 Box 11FPO, 96349-0011JapanPrimary Point of Contact:Sara Robinson,Contracting Officersara.e.robinson19.civ@us.navy.milSecondary Point of Contact:Seiji Yoshino,Contract Specialistseiji.yoshino.ja@fe.navy.mil

PSC 473 BOX 11  FPO , AP 96349-1500  USALocation

Place Of Performance : N/A

Country : Australia

Office Address : PSC 473 BOX 11 FPO , AP 96349-1500 USA

Country : United StatesState : AlabamaCity : Pike Road

You may also like

Classification

naicsCode 488190Other Support Activities for Air Transportation
pscCode J015Maintenance, Repair and Rebuilding of Equipment: Aircraft and Airframe Structural Components