Federal Bid

Last Updated on 06 Jul 2011 at 2 PM
Sources Sought
Camp pendleton California

J--J015 - MAINTENANCE AND REPAIR OF AIRCRAFT,HELICOPTERS.

Solicitation ID M006810157000
Posted Date 06 Jun 2003 at 5 AM
Archive Date 06 Jul 2011 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Camp pendleton California United states 92055
REQUEST FOR INFORMATION (FAR 15.201). THE GOVERNMENT IS SEEKING SMALL BUSINESS FIRMS THAT MAY BE INTERESTED IN AND HAVE CAPABILITY TO PERFORM THE GENERAL STATEMENT OF WORK BELOW. PLEASE BE ADVISED THAT RESPONSES TO THIS NOTICE ARE NOT OFFERS AND CANNOT BE ACCEPTED BY THE GOVERNMENT TO FORM A BINDING CONTRACT. AGAIN, ONLY SMALL BUSINESS REPLY. STATEMENT OF WORK FOR MAINTENANCE AND INSPECTION OF CH-53E AND CH-46E SERIES AIRCRAFT INTRODUCTION The CH-53E (Manufacturer: Sikorsky) and CH-46E (Manufacturer: Boeing) series helicopters returning from Operation Iraqi Freedom will require extensive cleaning, inspections, and maintenance to return them to a pre-war state of readiness. These aircraft flew thousands of combat hours in very harsh environmental conditions. Past experience has shown that these conditions such as, sand, and dust intrusion, combat airframe fatigue, and oth er environmental conditions, require immediate and extensive readiness is minimally impacted. 1. SCOPE. The Contractor shall provide trained experienced personnel to plan, implement, manage and perform maintenance and support services of the aircraft returning to United States Marine Corps Base, Camp Pendleton and United States Marine Corps Air Station (MCAS), Miramar, California, from Southwest Asia. All maintenance shall be performed in accordance with OPNAVINST 4790 series, applicable NAVAIR manuals and applicable MAG-39, MAG-16 Instructions. a. The Contractor shall be responsible for cleaning, inspecting, documenting and recommending corrective actions of the CH-53E and CH-46E aircraft in accordance with OPNAV 4790 Instructions. b. The Government will be responsible for monitoring contractor performance and providing technical publications, facilities, utilities, t elecommunication, computers, software, hazardous waste disposal, Material Safety Data Sheets and training to meet a Government administrative requirement unrelated to maintenance. 2. ENVIRONMENT. Work under this order will be performed at Marine Corps Base, Camp Pendleton and MCAS Miramar, California. Personnel will work on-site as a part of this order, normally Monday through Friday between the hours of 0700 (7:00 AM) and 2300 (11:00 PM). 3. MATERIAL. Equipment, tools, materials, and facilities will be Government furnished. The Contractor will be responsible to the Government Contracting Officer’s Representative (COR). 4. PERSONNEL. The contractor shall provide experienced mechanics, technicians and support personnel. The Contractor shall comply with all existing safety regulations and programs/policies governing the work on Naval aircraft. The Contractor shall develo p and maintain all person qualifications in accordance with current NAMP Standards, including Support Equipment (SE) licensing and operation. Key Personnel may be required to obtain U. S. Secret Security Clearances. 5. TEAMS. Each team will consist of two maintenance technicians and one quality control inspector. The requirement is for 4 three-person teams for each type of aircraft. Currently there are approximately forty (40) CH-53’s and fifty (50) CH-46’s. It is anticipated that each team will be able to clean, inspect, and document discrepancies on up to two (2) aircraft per week. Some inspections may take longer depending upon the material condition of the aircraft. (CHERRY POINT N.C. MAY BE ADDED).
Bid Protests Not Available