The RFP Database
New business relationships start here

C20/C37 Engineering Services Follow-On


Oklahoma, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

C-20/C-37 Engineering Services Contract (ESC)

 

THERE IS NO SOLICITATION AVAILABLE AT THIS TIME.  REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE.   This Sources Sought Synopsis (SSS) is in support of Market Research being conducted by the United States Air Force (USAF) to identify potential sustainment support sources.  This effort is to establish a sole-source follow-on for the current C-20/C-37 Engineering Sustainment Contract (ESC); FA8106-16-D-0006.  The current contract period of performance (PoP) runs through 31 January 21, unless the six-month option to extend is exercised and then the PoP will run through 31 July 21.  This is not a Request for Proposal (RFP) or solicitation. 

Engineering Services encompasses a multitude of tasks that provides support for the C-20/C-37 fleet.  Some of these tasks include designing/accomplishing modifications, producing integration study efforts, providing Field Service Representative (FSR) support, and producing unique technical publications/configuration support for requirements driven by the Secretary of Defense and the Federal Aviation Administration (FAA).  These efforts must be accomplished by Original Equipment Manufacturer (OEM) qualified personnel with the technical knowledge, certification credentials and experience, internal support structure, security clearances, and OEM design data, which is provided in a technically sound and timely manner to increase aircraft availability and decrease lifecycle costs.

The contractor will provide support for a multi-service fleet of USAF, Army, Navy, and United States Coast Guard (USCG), C-20/C-37 aircraft.  The C-20/C-37 fleets consist of commercial derivative Gulfstream Aerospace Corporation (GAC) aircraft of model types GIV, GIV-SP, GV, and G550.  The contractor must have full access to all data rights for the GAC Airframes.

The services to be acquired consist of recurring and non-recurring tasks as described below:

1.  Recurring Tasks: Service literature review, unique drawing and documents file, configuration status accounting reporting (aircraft, engine, and software), engineering assignment (EA) data file, EA status reporting,  computerized maintenance program (CMP) access, proposed tasks tracking, technical inquiries and tracking, contract funds status report (CFSR), maintaining C-37 websites, FSRs,  technical/maintenance manuals support and subscriptions services for required commercial off the shelf (COTS) manuals and aircraft database updates.

2.  Non-Recurring Tasks: Engineering assignments, unique engineering data, commercial engineering data, systems engineering, engineering/technical support, safety risk assessment, conferences, aircraft maintenance, and unique/Government manuals.

At this time, the Government is unable to provide an unlimited data package to any third party. The current qualified source is GAC, CAGE code 59734, 500 Gulfstream Road, Savannah, GA, 31408-9643.

Contractors/Institutions responding to this market research are placed on notice that participation in this survey may not ensure participation in future solicitations or contract awards. The Government will not reimburse participants for any expenses associated with their participation in this survey.

The National American Industry Classification System (NAICS) code for this procurement action is 541330, Size Standard $38.5M.  The contracting office for this action is AFLCMC/WVV, 3001 Staff Drive, Tinker AFB, OK 73145. The Program Manager is Ms. Kim Archer AFLCMC/WVV.  The Technical Lead is Mr. Mark Van Beek AFLCMC/WVV. The Contracting Officer is Ms. Jennifer Russ, AFLCMC/WVK, 405-739-3831. The Center/MAJCOM Ombudsman is Ms. Jill Willingham, AFLCMC/AQP, 1755 10th St., Bldg 572, Wright-Patterson AFB OH 45433-7630, Telephone: 312-255-5472, Fax: 937-656-7193, Email: jill.willinghamallen@us.af.mil.

If any potential source has questions or concerns about this particular SSS, please direct all comments to Ms. Jennifer Russ and/or Ms. Stacey Stewart. 

The purpose of this SSS is to identify the availability and adequacy of potential competitive sources for such an award. THIS IS NOT A REQUEST FOR PROPOSAL SUBMISSION.  The United States Government (USG) anticipates having a signed Justification and Approval (J&A) in place and a potential contract award date in January 2021. 

Contracting Office Address:

3001 Staff Drive, Post 1AD2 105A

Tinker AFB, OK 73145

Primary Point of Contact:

Jennifer Russ,

Contracting Officer

jennifer.russ@us.af.mil

Phone: 405-739-3831

Secondary Point of Contact:

Stacey Stewart

Contract Specialist

stacey.stewart.4@us.af.mil

Phone:  405-739-2321


 

 
CONTRACTOR CAPABILITY SURVEY
 

                         C-20/C-37 Engineering Services

Part I. Business Information

Please provide the following business information for your company/institution and for any teaming or joint venture partners:

 

•       Company/Institution Name:

•       Address:

•       Point of Contact:

•       CAGE Code:

•       Phone Number:

•       E-mail Address:

•       Web Page URL:

•       Size of business pursuant to the North American Industry Classification System (NAICS) Code 541330:

•       Based on the above NAICS Code, state whether your company is:











Small Business

Woman Owned Small Business



(Yes / No) (Yes / No)









Small Disadvantaged Business



(Yes / No)











8(a) Certified HUBZone Certified



(Yes / No) (Yes / No)









Veteran Owned Small Business



(Yes / No)









Service Disabled Veteran Small Business



(Yes / No)









Central Contractor Registration



(Yes / No)





•       A statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership).

 

Please e-mail responses to this Sources Sought Synopsis no later than close of business 03 Sept 19.    

 

Questions relative to this market survey should be addressed to Jennifer Russ, at 405-739-3831, or by email at jennifer.russ@us.af.mil. ;

 


 

Part II. Capability Survey Questions
 

A.  Technical Capability Questions:

 

1.     Describe your company's ability to access engineering services source data necessary to identify requirements for supporting and establishing engineering services for GAC airframes to include all prime subcontractor military and non-military components and subcomponents. (Source Data must include, but is not limited to: Skilled personnel requirements, training and certifications, engineering data and drawings, technical manuals and documentation, repair procedures, test requirements, special and common support/test equipment, special and common tools, provisioning data, facility requirements).

 

2.     Describe your company's ability to convey the prescribed source data to the Government enabling the establishment and validation/verification of engineering support for GAC airframes to include all prime subcontractor military and non-military components and subcomponents.

 

3.     Describe your company's expertise and ability to identify existing and potential engineering service requirements for GAC airframes to include all prime subcontractor military and non-military components and subcomponents.

 

4.     Describe your company's capabilities to finance, mobilize, and manage the engineering service requirements of the GAC airframes to include all prime subcontractor military and non-military components and subcomponents.

 

5.     Describe your company's expertise, capabilities and experience in establishing engineering services for GAC airframes to include all prime subcontractor military and non-military components and subcomponents at Government and/or commercial locations.

 

6.     Describe performed or currently performing contracts with similar scope, magnitude, and complexity using a-h below: Please include contract title, contract number, service description, PoP, contract type, prime or subcontractor, and point of contact.

 

a.     Contract Title

b.     Contract Number

c.     Contract Period of Performance

d.     Contract Type

e.     Contract Value

f.      Description of Services

g.     Performed/Performing as (Prime or Subcontractor)

h.     Point of Contact

 

7.     Describe your company's expertise and ability to identify and obtain special and common support/test equipment and tools as relating to GAC airframe engineering services to include all prime subcontractor military and non-military components and subcomponents.

 

8.     Describe your company's expertise and ability to identify and convey provisioning data as relating to GAC airframe engineering services to include all prime subcontractor military and non-military components and subcomponents. "Provisioning" is defined as the process of determining and acquiring the range and quantity of support items (e.g., spares, repair parts, bulk materiel, tools and test equipment) necessary to operate and maintain a system for an initial period of time.

 

9.     Describe your company's expertise and ability to identify, optimize and implement facility requirements and process flows as relating to GAC airframe engineering services to include all prime subcontractor military and non-military components and subcomponents.

 

10.  Does your company possess full GAC airframe technical data (manufacturing drawings, interface drawings, parts lists, and repair data) necessary to provide the scope of airframe engineering services required? If not, provide an explanation of how that technical data and information will be obtained and the cost/timeframe required to obtain it.

 

 

11.  Do you currently provide, or have you in the past provided, engineering field and depot support for GAC airframe to include all prime subcontractor military and non-military components and subcomponents?

 

12.  What capabilities do you have with providing full contractor-controlled Inventory Control Point support for GAC airframe to include all prime subcontractor military and non-military components and subcomponents?

 
B.  Commerciality Questions:
 

1.     Is there established catalog or market prices for our requirement?

 

2.     If you offer this product and/or service to both USG and commercial sources, is the same workforce used for both the USG and general public?

 

3.     Is our requirement offered to both under similar terms and conditions? Briefly describe any differences.

 

4.     Describe your standard warranty and return process for goods and services furnished to the Government for items similar in nature to this requirement.

 
C.  Small Business Question:
 

 

1.     Based on similar experience, please provide recommendations on realistic small business subcontracting percentage goals for this requirement. The most current Department of Defense Small Business (SB) goals are indicated as follows: Total SB (36%); Small Disadvantaged Businesses (5%); Woman-owned SB (5%); Service-disabled Veteran-owned SB (3%); and HUBZone (3%).


Jennifer L. Russ, Phone 405-739-3831, Email jennifer.russ@us.af.mil - Stacey Stewart, Phone 405-739-2321, Email stacey.stewart.4@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP