Federal Contract Opportunity

Last Updated on 07 Aug 2024 at 8 PM
Solicitation
Location Unknown

C-130 Maintenance & Repair Services

Details

Solicitation ID N6264924R0029
Posted Date 07 Aug 2024 at 8 PM
Response Date 01 Aug 2025 at 4 AM (estimated)
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Navsup Flt Log Ctr Yokosuka
Agency Department Of Defense
Location Japan

Possible Bidders

Miscellaneous Foreign Contractors

Frankfurt am main Isando Washington Arlington

Miscellaneous Foreign Awardees

Ciudad de mexico Toronto, ontario Bertrange Arlington Madrid Washington St lo Kampala

Ricoh Corporation

Charlotte Norcross Caldwell Rockville Minneapolis Lombard West caldwell Tustin Atlanta Arlington Pasadena Irvine Stamford Hillside Coppell San diego Philadelphia Alexandria

Cellco Partnership

Schaumburg Honolulu Alpharetta Dallas Bedminster Basking ridge Westlake Wilmington Baltimore Omaha Shawnee missio

Sign up to access Documents

Signup now

PRESOLICITATION NOTICE

NAVSUP Fleet Logistics Center Yokosuka (FLCY) and Fleet Readiness Center Western Pacific (FRC WESTPAC), in support of NAVAIR's Program Manager Aviation (PMA) 207, intend to execute Rolling Admissions to the existing Multiple-Award Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract in accordance with FAR Part 15 procedures, to obtain Scheduled and Unscheduled Maintenance, Repair and Overhaul (MRO) services for U.S. Marine Corps KC-130J aircraft forward deployed to the Western Pacific region.

The existing MAC awardees are MARSHALL OF CAMBRIDGE AEROSPACE LIMITED (CAGE K3784) (N62649-20-D-0014), and CASCADE AEROSPACE INC. subcontractor to CANADIAN COMMERCIAL CORPORATION (CAGE 98247) (N62649-20-D-0015). Work currently performed by MARSHALL is in Cambridge, United Kingdom, and work performed by CASCADE is in Abbotsford, Canada. Both contracts were awarded in response to Solicitation N62649-19-R-0167 as part of the Indefinite Delivery, Indefinite Quantity (IDIQ) MAC.

The place of performance will be in facilities proposed by the Contractor that meet the requirements of the contract. The Period of Performance will align to the existing IDIQ MAC of January 2025 to July 2030. The applicable North American Industry Classification System (NAICS) for this requirement is 488190 with a Size Standard of $40 million. The corresponding Federal Supply Code (FSC) is J015.

The solicitation shall be issued as a Request for Proposal (RFP) under full and open competition under the following solicitation number N62649-24-R-0029 in August 2024. Potential offerors are hereby notified that the solicitations and subsequent amendments to the solicitations will be made available through SAM.gov.

This posting includes the following attachments:

  1. Draft Solicitation 
  2. Performance Work Statement
  3. Contract Administration Plan (CAP)
  4. Quality Assurance Surveillance Plan (QASP)
  5. Occupational Safety, Health and Environmental (OSHE) Provisions
  6. Drafting and Processing local manufacturing request (LMR) 
  7. Drafting and Processing temporary engineering instructions (TEI)
  8. PEMA Specifications
  9. Airfield Requirements Facility Requirements
  10. Repairable Items Support Equipment Required
  11. Government Furnished Property (GFP) List 
  12. A001 Technical Directives Requirements 10-Day Report C-130
  13. A002 Technical Directives Report C-130
  14. A003 TDC Kit Receipt and Report of Kit Discrepancy C-130
  15. A004 Discrepant Part on Induction Report C-130
  16. A005 Production Plan C-130
  17. A006 Notification of Aircraft Delay C-130
  18. A007 Scheduled Removal Cards
  19. A008 Situation Summary Report C-130
  20. A009 Aircraft Condition Evaluation Report
  21. A010 Noted But Not Corrected (NBNC) Report C-130
  22. A011 Weight and Balance Report C-130
  23. A012 Maintenance History Summary (MHS) Report C-130
  24. A013 Non-Destructive inspection (NDI) Report C-130
  25. A014 Corrosion Inspection (CI) Report
  26. B001 AVDLR Tracker Report C-130
  27. B002 Aircraft Awaiting Parts Report (AWP) C-130
  28. B003 Final Material Consumption Report C-130
  29. B004 Material Receipt Tracker Report
  30. C001 Meeting Minutes C-130
  31. C002 Presentation Documentation C-130
  32. D001 Phase-In Transition Plan C-130
  33. D002 Transition Status Report C-130
  34. D003 Transition Inventory Plan (Stand-Down) C-130
  35. D004 Contractor Training Plan
  36. F001 Integrated Master Schedule (IMS) C-130
  37. G001 Material Expense Report C-130
  38. L001 Technical Data Inventory Listing
  39. Pre Sol Question and Responses

Similar Opportunities

Similar Awards

Kent Washington Not Specified
Tinker air force base Oklahoma Not Specified
Fort bragg North carolina 30 Sep 2011 at 10 PM
Location Unknown 20 Sep 2011 at 12 PM