Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 21, 2022 SAM #7477
SOLICITATION NOTICE

J -- CompreHensive Aircraft Readiness, Lifecycle, Engineering, and Support (CHARLES)

Notice Date
5/19/2022 11:46:43 AM
 
Notice Type
Solicitation
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
NASA JOHNSON SPACE CENTER HOUSTON TX 77058 USA
 
ZIP Code
77058
 
Solicitation Number
80JSC022R0014
 
Response Due
6/9/2022 11:30:00 AM
 
Archive Date
05/11/2023
 
Point of Contact
Darrell R. Compton, Phone: 2817926162, Alice Pursell, Phone: 281.483.9027
 
E-Mail Address
jsc-charles@mail.nasa.gov, jsc-charles@mail.nasa.gov
(jsc-charles@mail.nasa.gov, jsc-charles@mail.nasa.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is Amendment 2 to the Request for Proposal entitled CompreHensive Aircraft Readiness, Lifecycle, Engineering, and Support (CHARLES). The due date for the proposal has been extended to 1:30pm CDT on June 9, 2022. Amendment 2 includes the following: Detailed List of the applied revisions. Updated DD Form 254. Change pages for L-784, L-788, L-790 and M-816. Updated Attachment L-1 CHARLES Resource Planning Document. Updated Attachment L-2-1 Prime and Subcontractor Past Performance Matrix. Updated Attachment L-2-2 Joint Venture Past Performance Matrix. Addition of �CHARLES Composite Incumbent Rates� to the Technical Library. (End of Amendment 2) NASA/Johnson Space Center (JSC) plans to issue a Request for Proposal (RFP) for the CompreHensive Aircraft Readiness, Lifecycle, Engineering, and Support (CHARLES) solicitation for aircraft at JSC based at Ellington Field in Houston and at El Paso, Texas? Langley Research Center (LaRC), Hampton, Virginia? Goddard Space Flight Center, Wallops Flight Facility (WFF), Wallops, Virginia; and other remote sites, domestic and foreign, where services are required. The proposed services will include flight operations, maintenance, repairs, alterations and engineering services for a variety of airframes, engines, appliances and support equipment at the various locations. There will also be unique services, which include three-tier aircraft maintenance (operational, intermediate, and depot) on the NASA T-38 fleet, the WB-57F fleet, Gulfstream Aircraft, and the Airbus Industries Super Guppy Transport. Additionally, the WB-57 and the Super Guppy require complete supply chain maintenance. LaRC�s aircraft currently include the Beechcraft King Air B200, Beechcraft UC-12B Huron, Cessna 206, Cirrus SR-22, HU-25 Falcon Jet, Lanier Columbia LC-40, and Gulfstream III C-20B. WFF�s aircraft currently include the P-3 Orion, C-130 Hercules, Beechcraft King Air B200, and C-23 Sherpa. The Government does not intend to acquire a commercial item using FAR Part 12. This acquisition is 100% Indefinite Delivery Indefinite Quantity (IDIQ).��� This acquisition is a total small business set-aside. The NAICS Code and Size Standard are 488190 and $35M, respectively. All responsible sources may submit an offer which shall be considered by the agency. NASA Clause 1852.215-84, Ombudsman, is applicable.� The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html In addition, the following RFP related documents are attached: CHARLES Revisions from DRFP to RFP List CHARLES Questions RFP Form� CHARLES_DRFP_Questions_and_Responses Technical Library AOD09295v1_T38_CUI AOD09295v2_WB57_CUI AOD09295v3_GIII_CUI AOD09295v4_SGT_CUI AOD09295v5_GV_CUI AOD09295v7_UAV_CUI AOD33820_EngineeringProjects_CUI AOD33840_FlightReadinessReview_CUI AOD33842_EngineeringWorkOrder_CUI AOD33872_Operational_Readiness_Review_CUI AOD33925_Opeartions_Duty_Officer_Instructions_CUI AOD34100_MaintenanceManual_CUI AOD34101_QualityAssuranceProgram_CUI AOD34102_NAMISMaintenanceProcessStandards_CUI JPR1280.2 JPR1281.9B JPR1281.14 JPR1281.15 JPR1600.3 JPR1700.1 JPR1710.13 JPR8000.4 JPR8550.1 JWI1040.27 JWI2190.1 JWI4200.1 JWI4300.1 JWI6050.1 FOD 5 year goals FOD VIDEO LINK Foundations of Flight Operations JSCExpectedBehaviorsPoster JSC-Superflex SGT_Brakes J-3-1 Attachment JSC Support Equipment Assets J-3-2 Attachment JSC Calibration Items J-3-3 Attachment JSC Life Support Asset Listing J-3-4 Attachment NAMIS Item Master Report J-3-5 Attachment JSC NASA IAM Listing J-3-6 LaRC Property List J-3-7 Attachment WFF Property List� Section L Attachments Attachment L-1 CHARLES Resource Planning Document Attachment L-1-1 TA2 Resources Attachment L-2-1 Prime and Subcontractor Past Performance Matrix� Attachment L-2-2 Joint Venture Past Performance Matrix� Attachment L-2-3 Past Performance Narrative Attachment L-3 Past Performance Questionaire Attachment L-4 CHARLES EPM Version E� Attachment L-5 Past Performance Consent Letter Attachment L-6 SF1408-14e Pre-award Survey of Prospective Contractor Accounting System Any additional documents will be available on www.Sam.gov. It is the offeror's responsibility to monitor this website for the release of the solicitation and amendments (if any).� Potential offerors will be responsible for downloading their own copy of the solicitation and amendments (if any).� Prospective offerors are encouraged to notify this office of their intent to submit an offer. All contractual and technical questions must be submitted electronically via email to jsc-charles@mail.nasa.gov no later than 1:30pm Central Daylight Time, May 12, 2022. Telephone questions/oral communications will not be accepted. The anticipated offeror due date is 6/1/2022. If you have any questions concerning this opportunity, please contact: JSC-CHARLES@mail.nasa.gov.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9587075df1ac4de0bcbb1c776b8c26f1/view)
 
Place of Performance
Address: Houston, TX 77058, USA
Zip Code: 77058
Country: USA
 
Record
SN06332092-F 20220521/220519230056 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.