C-130 Maintenance & Repair Services
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Presolicitation (Updated)
- Updated Published Date: Sep 10, 2024 11:23 am JST
- Original Published Date: Jul 01, 2024 04:47 pm JST
- Updated Response Date: Sep 19, 2024 04:00 pm JST
- Original Response Date: Aug 01, 2024 04:00 pm JST
- Inactive Policy: Manual
- Updated Inactive Date: Aug 01, 2025
- Original Inactive Date: Aug 01, 2025
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: J015 - MAINT/REPAIR/REBUILD OF EQUIPMENT- AIRCRAFT AND AIRFRAME STRUCTURAL COMPONENTS
- NAICS Code:
- 488190 - Other Support Activities for Air Transportation
- Place of Performance: JPN
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:
- Draft Solicitation
- Performance Work Statement
- Contract Administration Plan (CAP)
- Quality Assurance Surveillance Plan (QASP)
- Occupational Safety, Health and Environmental (OSHE) Provisions
- Drafting and Processing local manufacturing request (LMR)
- Drafting and Processing temporary engineering instructions (TEI)
- PEMA Specifications
- Airfield Requirements Facility Requirements
- Repairable Items Support Equipment Required
- Government Furnished Property (GFP) List
- A001 Technical Directives Requirements 10-Day Report C-130
- A002 Technical Directives Report C-130
- A003 TDC Kit Receipt and Report of Kit Discrepancy C-130
- A004 Discrepant Part on Induction Report C-130
- A005 Production Plan C-130
- A006 Notification of Aircraft Delay C-130
- A007 Scheduled Removal Cards
- A008 Situation Summary Report C-130
- A009 Aircraft Condition Evaluation Report
- A010 Noted But Not Corrected (NBNC) Report C-130
- A011 Weight and Balance Report C-130
- A012 Maintenance History Summary (MHS) Report C-130
- A013 Non-Destructive inspection (NDI) Report C-130
- A014 Corrosion Inspection (CI) Report
- B001 AVDLR Tracker Report C-130
- B002 Aircraft Awaiting Parts Report (AWP) C-130
- B003 Final Material Consumption Report C-130
- B004 Material Receipt Tracker Report
- C001 Meeting Minutes C-130
- C002 Presentation Documentation C-130
- D001 Phase-In Transition Plan C-130
- D002 Transition Status Report C-130
- D003 Transition Inventory Plan (Stand-Down) C-130
- D004 Contractor Training Plan
- F001 Integrated Master Schedule (IMS) C-130
- G001 Material Expense Report C-130
- L001 Technical Data Inventory Listing
- Pre Sol Question and Responses
Attachments/Links
Contact Information
Contracting Office Address
- PSC 473 BOX 11
- FPO , AP 96349-1500
- USA
Primary Point of Contact
- Sara Robinson
- sara.e.robinson19.civ@us.navy.mil
Secondary Point of Contact
- Jonathan Groeschel
- jonathan.j.groeschel.civ@us.navy.mil
History
- Sep 12, 2024 12:56 pm JSTSolicitation (Original)
- Sep 10, 2024 11:23 am JSTPresolicitation (Updated)
- Aug 07, 2024 04:35 pm JSTPresolicitation (Updated)
- Jul 01, 2024 04:47 pm JSTPresolicitation (Original)
- Sep 23, 2023 12:55 pm JSTSources Sought (Updated)