Closed Solicitation · DEPT OF DEFENSE

    C-130 MAINTENANCE & REPAIR SERVICES

    Sol. N6264924R0029PresolicitationFPO, AP
    Closed
    STATUS
    Closed
    closed Sep 19, 2024
    POSTED
    Sep 10, 2024
    Publication date
    NAICS CODE
    488190
    Primary industry classification
    PSC CODE
    J015
    Product & service classification

    AI Summary

    The Department of Defense, specifically the Department of the Navy, is seeking maintenance and repair services for U.S. Marine Corps KC-130J aircraft through a presolicitation notice. The NAVSUP Fleet Logistics Center Yokosuka and Fleet Readiness Center Western Pacific plan to execute Rolling Admissions to an existing Multiple-Award Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract, following FAR Part 15 procedures. The work will involve both scheduled and unscheduled maintenance, repair, and overhaul services for aircraft deployed in the Western Pacific region. Current contractors include Marshall of Cambridge Aerospace Limited and Cascade Aerospace Inc.,

    Contract details

    Solicitation No.
    N6264924R0029
    Notice Type
    Presolicitation
    Posted Date
    September 10, 2024
    Response Deadline
    September 19, 2024
    NAICS Code
    488190AI guide
    PSC / Class Code
    J015
    Contract Code
    1700
    Primary Contact
    Sara Robinson
    City
    FPO
    ZIP Code
    96349-1500
    AI Product/Service
    service

    Description

    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.

    * Potential offerors should make a formal request to obtain the techinical data, necessary to submit a proposal, for the RFP using Attachment 40. Request should include "N6264924R0029" in the subject line, and shoud be sent to the Contracting officer, Sara Robinson, at sara.e.r.obinson19.civv@us.navy.mil by 1400 JST on 19 September 2024. 

    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

    Key dates

    1. September 10, 2024Posted Date
    2. September 19, 2024Proposals / Responses Due

    AI search tags

    Frequently asked questions

    C-130 MAINTENANCE & REPAIR SERVICES is a federal acquisition solicitation issued by DEPT OF DEFENSE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.