The RFP Database
New business relationships start here

Support of Foreign Military Sales (FMS) cases for the transfer of up to eight C-23 aircraft as Excess Defense Articles


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

This is a Sources Sought announcement for market survey purposes only. This is not a solicitation for proposal and no contract will be awarded as a result of this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement.

The United States Army Aviation and Missile Command (AMCOM), Redstone Arsenal, Alabama, anticipates a requirement to transfer up to eight C-23 Aircraft as Excess Defense Articles to several countries. This requirement is anticipated to support several Foreign Military Sales (FMS) cases. The anticipated contract vehicle is an Indefinite Delivery/Indefinite Quantity (IDIQ) in which the requirement for each country will be issued through an individual Task Order. At this time, three countries have expressed interest in obtaining these aircraft. Two countries have been approved to receive two aircraft while the third country approval for receipt of four aircraft is pending. Two countries are slated to receive two C-23B+ aircraft and one country to receive four C-23B aircraft. The successful contractor will be responsible for all maintenance and sustainment from the time the aircraft is prepared for movement from Davis-Monthan Air Force Base, 309th Aerospace Maintenance and Regeneration Group (AMARG) to the time of title transfer in the respective country. The following lists the anticipated tasks that each country may require:
1.    The contractor will perform maintenance activities at Davis Monthan AFB, AZ to enable aircraft destined for each country to be removed from the 309th AMARG facility. Each aircraft will undergo the required maintenance preparations to support Ferry Flight Operations and issuance of the associated required Air Worthiness Release (AWR). The aircraft will then be ferried to a location where the contractor will return the aircraft to a Fully Mission Capable (FMC) status so that an operational AWR can be issued. Aircraft for each country will be prepared for ferrying and return to service simultaneously, non-sequentially.
2.    Return the aircraft to FMC.
3.    As the aircraft is being returned to FMC status, there may be a requirement for coincidental training to be provided by the contractor to Armed Forces personnel from the country acquiring the aircraft.
4.    The aircraft may require painting IAW FMS customer requirements.
5.     The aircraft may require modification. It is anticipated that any modification activities would be minor in nature and likely avionics related.
6.    Once the aircraft is returned to FMC status, the aircraft will be used to train foreign national crew members at the Fixed Wing Army National Guard (ARNG) Aviation Training Site (FWAATS), North Central West Virginia Airport near Bridgeport, WV. The contractor will provide aircraft maintenance and logistic support during this activity which is not expected to exceed 45 days.
7.    After completion of the country ground and flight crew training, the contractor will prepare the aircraft to be ferried to the respective country. Aircraft ferry tanks and High Frequency radios will be made available by the USG and will be required to be installed in advance of being ferried to the respective country. A contractor representative will accompany each aircraft during what is considered the two ferry flight operations (Davis Monthan AFB, AZ to maintenance location for return to FMC and from North Central West Virginia Airport to the respective country). After ferry flight to the respective country, the contractor will remove all ferrying avionics and equipment, package them, and ship them to CONUS.
8.    The contractor may be required to ship Mission Equipment Items from the contractor's maintenance facility/FWAATS to the recipient country.
9.    The contractor will be expected to provide aircraft spares to support a one to two year flying hour program and parts will need to be shipped to the respective country well in advance of aircraft arrival.
10.    Provision of Ground Support Equipment to include shipment to country.
11.    Provision of technical publications/prescriptions and aircraft avionic subscriptions
12.    Provision of in-country Field Service Representatives, one for each Aircraft, for a period of up to 2 years with option to extend.

It is planned that US Military personnel will conduct all flight activities beginning with pickup at Davis Monthan AFB, AZ, until title is transferred to country in the respective country however the contractor must be prepared to support flight operations with pilot personnel as required. All fuel costs will be borne by the USG but any other Petroleum, Oil or Lubricant products will be the responsibility of the contractor. The Defense Contract Management Agency (DCMA) and the Government Flight Representative (GFR) will have oversight of contract activities.

The Government anticipates utilizing the authority cited at FAR Part 6, Competition Requirements and FAR Part 15, Contracting by Negotiations to satisfy this requirement as a competitive procurement. If your firm believes it can satisfy this requirement, request you reply to this announcement with the rational to allow your firm to be included in the anticipated RFP. All interested inquiries will be considered.

It is anticipated that any resultant contracting action in support of this requirement will be contracted for using Federal Acquisition Regulation (FAR) Part 6 and Part 15.
Interested sources are requested to provide the following information:
1.    Company name, CAGE code, and business size.
2.    Documentation demonstrating the ability to return C-23 Aircraft to a Fully Mission Capable status, provide training of foreign national maintenance personnel, provided aircraft pilot personnel, support ferrying operations, provide logistics support in country including providing a Field Service Representative.
3.    A brief description of the company's experience of modifying C-23 aircraft and any Supplemental Type Certificates owned.
4.    Identification of issues, concerns, or contingencies (if any) that might hinder the company from providing a proposal for the entire effort if requested to do so in a future Request for Proposals.
5.    Estimated time required to complete each of the task listed above.
6.    The estimated price per aircraft for each Task listed below to include all anticipated costs to prepare the aircraft for ferrying, support for obtaining the necessary AWR, accompanying aircraft to repair facility, returning the aircraft to service, paint the aircraft, support during the training of flight personnel, preparing the aircraft for ferrying the aircraft to country, accompanying aircraft to country, and in-country support of aircraft in 1 and 2 year increments. The estimate will be broken down into the following lines for each aircraft as applicable:

a.    Preparation of aircraft, including support to obtain AWR, to be ferried from AMARG to location where it will be restored to FMC status - Each AC.
b.    Restoration of aircraft to FMC status (Request location of Restoration.) - Each AC.
c.    Spare Parts (Recommended list of parts, quantity and unit cost) - Each AC/1 YR.
d.    Ground Support Equipment (GPU, Tug and other equipment needed to support the aircraft. Need recommended item list, quantity and unit cost.) - Each AC.
e.    Specialized Tools to support aircraft. (Need recommended item list, quantity and unit cost.) - Each AC.
f.    Test, Measurement & Diagnostic Equipment (Need recommended item list, quantity and unit cost.) - Each AC.
g.    Publications/Subscriptions - Each AC/1 YR.
i.    Operation and Maintenance Pubs update subscription
ii.    Flight Management System data update subscription
h.    Contractor Field Service Representative (2 year with options) -     Each YR.
i.    Transportation - Each AC.

7.    Identify any standard commercial warranties' as applicable.
8.    Responders to this Sources Sought announcement may supply a recommended Contract Line Item Number (CLIN) structure, which may be utilized in a future Request for Proposal.
9.    Identify your company's status in the Federal Government for Award Management (SAM) system.
10.    Respondent's interest in bidding on a solicitation in support of this requirement if it is issued.

All responses shall be submitted to the U.S. Army Contracting Command, ATTN: CCAM ARB/Matthew T. Copeland (Contract Specialist), 5304 Martin Road, Redstone Arsenal, AL 35898 and courtesy copied to Fixed Wing Project Management Office, ATTN: SFAE-AV-FW/Frederick L. Thompson (Acquisition Analyst), 650 Discovery Drive, Huntsville, Alabama 35806. Electronic email responses will be accepted at matthew.t.copeland2.civ@mail.mil and frederick.l.thompson.civ@mail.mil . Your responses are required by 1600 CST 12 February 2015. This is Sources Sought Announcement is not a solicitation for requests for proposal. No reimbursement shall be made for any costs associated with providing information in response to this announcement or any follow up information requests. Nothing shall be construed herein or through this announcement to commit or obligate the Government or the responders to further action as a result of this research.
----------------------------
Classification Code: 1510- Aircraft, Fixed Wing
NAICS Code: 488190 - Aircraft maintenance and repair services, aircraft ferrying services, aircraft inspection services


Matt Copeland, 256-842-9812

ACC-RSA - (Aviation)

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP