The RFP Database
New business relationships start here

C-130, C-5, C-17 Aircraft Corrosion Control


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

 
 Request for Information (RFI)

C-130, C-5, C-17 Aircraft Corrosion Control

(Paint/Depaint) Capability


 


CAUTION:


The Government is conducting market research to identify potential sources that are interested in performing paint and/or depaint of C-series aircraft (C-130H, C-130J, C-130J-30 (Stretch model) and C-17) in support of Programmed Depot Maintenance (PDM) operations at Robins AFB GA. Interested sources must possess or have the ability to possess the facilities, labor, materials, expertise and capabilities to meet qualification requirements to support this potential PDM offload.  The level of security clearance for this requirement is expected to be Secret. 

Contractors/Institutions responding to this market survey are placed on notice that participation in this RFI 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.


 

INSTRUCTIONS:

 

•1.      Below is a brief description of the requirement, the Government's assumptions, and a Contractor Capability Survey, which allows you to provide your company's capabilities.

 

•2.      If, after reviewing this document, you desire to participate in the market survey, you should provide documentation that supports your company's capability in meeting these requirements.  Failure to provide documentation may result in the Government being unable to adequately assess your capabilities. 

 

a.   If you lack sufficient experience in a particular area, please provide details explaining how you would overcome the lack of experience/capabilities in order to perform that portion of the requirement (i.e., teaming, subcontracting, etc.)

 

•a.       Identify any areas of work that your organization believes should be broken out exclusively for Small Business.

 

3.  Both large and small businesses are encouraged to participate in this Market Research. Joint ventures or teaming arrangements are encouraged.

 

4.  Questions relative to this market survey should be submitted by email to Valerie Myrick, valerie.myrick@us.af.mil, 478-327-9204 and Valerie Evans, valerie.evans.1@us.af.mil, 478-222-1491.


 


PURPOSE/DeSCRIPTION:


The contractor will be required to perform paint requirements for C-130 aircraft, and/or C-17 aircraft, and/or C-5 aircraft.  The contractor may also be requested to perform depaint & paint events on the C-130, C-17 or C-5 aircraft.  The contractor will be required to provide all labor, equipment and materials to perform this work.  Table 1 below depicts the Government estimate for scheduling/flow days/hours, materials and technical information necessary to perform the required support.  The Government's expectation is that the contractor could maintain the estimated flow day targets used by the Government for the paint/depaint processes.


Table 1.  Requirements.


 





Assumptions:

•1.      The Government may guarantee a minimum number of aircraft by weapon system up to a maximum number of paint and/or depaint & paint events per Fiscal Year (FY) for C-130H, C-130J, C-130J-30 (Stretch model), C-17 and C-5 aircraft in support of Programmed Depot Maintenance (PDM) operations at Robins AFB GA.  The estimated quantities for FY20/21 are as follows:

 

FY 20/21 - 12 each C-130 paints and 17 each C-17 paints.

 

•2.      The draft Request for Proposal (RFP) tentative release is summer 2019, RFP tentative release date is winter 2019 with a projected award date of August 2020.

•3.      Paint workload will include either paint only or depaint & paint.

•4.      Paint/depaint events may include all C-130H, C-130J, C-130J-30, C-5 or C-17 variants.

•5.      The Government intends for paint and depaint & paint efforts to be Firm Fixed Price per aircraft. Contractor will be responsible for providing all labor, equipment and material.  Materials specific to the paint and depaint process will be in accordance with "Materials Information" in Table 1 above.  Unless otherwise specifically dictated by technical data, consumables such as paper, tape, etc., will be at contractor's discretion. 

•6.      All paint/depaint workload will be conducted at the contractor's facility. 

•7.      Inspection and acceptance will be at contractor's facility.

•8.      At time of proposal, the Government will require Contractor's maintenance facilities and paint/depaint facilities to be compliant with state and federal regulations and have approved procedures according to DCMA 8210.1 (AFI 10-220) "CONTRACTOR'S FLIGHT AND GROUND OPERATIONS".  This requirement will also apply to any sub-contractor facilities.

•9.      At time of proposal, the Government will require Contractor and all sub-contractors who provide touch labor or materials to be AS9100 certified; certificates will be required.  

•10.  Contractor personnel are required to be U.S. citizens and are expected to require a secret clearance to complete paint/depaint efforts for the Government.  Foreign nationals will not be granted access to any of the systems listed.

•11.  Multiple award contracts for this effort are anticipated. The Government anticipates conducting an Industry Day.  Indicate number of personnel your company would require to have in attendance.

•12.  Please provide any additional feedback regarding this requirement that you believe is pertinent as the Government completes its Market Research and develops the acquisition strategy.

 


CONTRACTOR CAPABILITY SURVEY

REQUEST FOR INFORMATION

C-130, C-5, C-17 Aircraft Corrosion Control

(Paint/Depaint) Capability

 

Part I.  Business Information

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

 

•·         Company/Institute Name:

•·         Address:

•·         Point of Contact:

•·         CAGE Code:

•·         Phone Number:

•·         E-mail Address:

•·         Web Page URL:

•·         Size of business pursuant to North American Industry Classification System (NAICS) Code: 488190

     

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

 

•·         Small Business                                                      (Yes / No)

•·         Woman Owned Small Business                            (Yes / No)

•·         Small Disadvantaged Business                             (Yes / No)

•·         8(a) Certified                                                        (Yes / No)

•·         HUBZone Certified                                              (Yes / No)

•·         Veteran Owned Small Business                           (Yes / No)

•·         Service Disabled Veteran Small Business (Yes / No)

•·         Central Contractor Registration (CCR).               (Yes / No)

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

 

This RFI will be posted for 30 days.

 

Responses must be received no later than close of business 11 April 2019.  Please email your response to:

 

Valerie Myrick

valerie.myrick@us.af.mil

478-327-9204

and

Valerie Evans

valerie.evans.1@us.af.mil

478-222-1491

 

Questions relative to this Market Research should be addressed to the above listed point of contact.

 

Part II. Capability Survey Questions

 


1.  Does your company own facilities capable of performing aircraft corrosion control (paint and/or depaint) operations for C-130H, C-130J, C-130J-30 (Stretch model), C-5 and C-17 aircraft?  Respond for each weapon system individually and indicate whether you have paint and/or depaint capability in those facilities.


2.  Provide all aircraft corrosion control facility size specifications by geographic location.


3.  Specify workload capacity for each weapon system individually per month.     


4.  Do you have the capability to work concurrent requirements for different weapon systems?  For example, do you have facilities to paint a C-130 and a C-17 at the same time?  Can you only do one aircraft at a time?  Describe capacity limitations.


5.  What is your anticipated flow days by weapon system for paint?  Depaint and paint?


6.  What lead time would you require in order to accept aircraft paint and depaint/paint work? Please indicate whether teaming would be required to meet the baseline requirements identified in the assumptions above.


7.  Does your company have capability to store classified equipment (for example, black boxes)?  If so, describe capability and identify any limitations.


8.  Does your company have the capability to defuel/refuel the aircraft prior to paint?  The Government's expectation is that the aircraft would be refueled to same load as when it arrived. 


9.  During the painting process, does your company have the engineering capability to address maintenance or workmanship non-conformances by coordinating efforts with the government?  Please describe.


12. Does your company have the ability to perform the weight and balance operations after the aircraft has been defueled and painted?


13. After the aircraft is painted, does your company have the capability to perform Functional Test requirements, such as FOD checks, engine run?


 

 


Valerie Myrick, Maintenance Acquisition Program Manager, Phone 478-327-9204, Email valerie.myrick@us.af.mil - Valerie L. Evans, Contracting Officer, Phone 478-222-1491, Email valerie.evans.1@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP