Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 16, 2006 FBO #1663
SOURCES SOUGHT

28 -- F119-PW-100 Engine - Performance Based Logistics (PBL) Sustainment

Notice Date
6/14/2006
 
Notice Type
Sources Sought
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 2275 D Street, Wright-Patterson AFB, OH, 45433-7218
 
ZIP Code
45433-7218
 
Solicitation Number
Reference-Number-F22F119PBLSUST
 
Response Due
6/28/2006
 
Archive Date
7/13/2006
 
Description
Potential Sources Sought. This is not an RFP. The Aeronautical Systems Center F-22 System Program Office (ASC/YFK) is conducting a market survey for a long-term Performance Based Logistics (PBL) sustainment contract for the F119-PW-100 engine. ASC/YFK anticipates issuing a long term PBL contract for sustainment of the F119-PW-100 engine on or about 1 Jan 08. The potential period of performance for the contract associated with this sources sought synopsis is Calendar Year (CY) 08-CY17. This acquisition is a follow-on to the sole source sustainment effort currently being performed by United Technologies Corporation, Pratt & Whitney (P&W), under the F119 engine production contract FA8611-04-C-2852. The engine sustainment program is presently known as Field Support & Training (FS&T). The purpose of this notification is to determine whether any competitive sources exist for this requirement. FS&T is a two-phased strategy designed to support the F119-PW-100 engine. Phase I support (initial operational capability), currently in progress, is provided by P&W and progresses through Phase II (long-term support), which includes public-private partnering for heavy maintenance as a fundamental approach. The FS&T concept of operations for the F119-PW-100 engine builds on and is consistent with the overall F-22 weapon system support concept, and focuses on system user priorities of availability and cost accountability. The FS&T program supports United States Air Force (USAF) operators of the F-22 aircraft and associated F119 engines. Full Intermediate level (back shop) and heavy maintenance (depot) are currently performed and managed by Pratt & Whitney. Organizational and limited intermediate level maintenance of the F119 fleet are currently and will continue to be performed by USAF maintenance personnel. The long-term PBL sustainment prime contractor must demonstrate an ability to perform as the single point manager for all F119 engine sustainment activities. The F119 sustainment concept of operations addresses six elements of support products and services: fleet management, material management, support equipment, technical order data (TOD), maintenance management and customer technical services. This effort also includes follow-on flight test, support of air vehicle modernization, and modification programs. The support program elements are implemented with a shared responsibility between the sustainment prime contractor and the U.S. Air Force. The fleet management element includes providing the technical information and support service resources to enable maintenance and materials management. Functions include: program management, which encompasses comprehensive contractor support planning, implementation and contract management; engine management, which includes overall fleet management, retrofit planning, life cycle management and workload scheduling; engine configuration control; engine life management; logistics support analysis and maintenance planning; training support; and customer services support, including site activation, operation of a technical support center and contractor base-level support for operational sites. Material management addresses inventory control point functions for F119 initial and replenishment peculiar spare parts, spare modules, and spare engines. Functions include: inventory management of contractor furnished material, forecasting, procurement, storage, handling and transportation of engines and modules, distribution, on-base support of the F-22 Parts Store, identification of common part requirements and shipping of assets by government or contract methods as appropriate. Support equipment responsibilities include: procurement and delivery of all peculiar support equipment (PSE); material management for all PSE; packaging, handling, storage and transportation responsibilities (PHS&T), management of all PSE and PHS&T equipment repairs and procurement; and configuration control of all PSE. Technical Order Data (TOD) responsibilities include development, sustainment and support of TOD for F119 engines and support equipment. The sustainment prime contractor will be responsible for four TOD products: block cycle updates, time compliance technical orders, interim integrated electronic technical manual changes, and limited and full-intermediate levels of maintenance and heavy maintenance center presentation files in prescribed formats. Required functions that support this effort are: technical writing, graphic illustration, parts information and quality assurance/systems integration with the aircraft prime contractor. Maintenance management addresses a comprehensive range of products and services including both scheduled and unscheduled maintenance of the F119 engine. The USAF intends to utilize a Two-Level Maintenance Concept. The sustainment prime contractor will provide maintenance support services at the Organizational-level (O-level) as well as retained limited off equipment tasks as described by the F119-PW-100 Logistics Support Analysis Database. The sustainment prime contractor will also provide maintenance services for supplemental full Intermediate-level (I-level) tasks, as defined in the database, as well as heavy maintenance tasks typically performed at an organic depot. In addition, the sustainment prime contractor will be required to train and deploy depot field teams to support USAF bases. Maintenance management also encompasses the management, maintenance and engineering responsibilities associated with the Compass Vector Lead-the-Fleet accelerated engine maturation program. Customer technical services include engineering and logistics capabilities required for operation and maintenance of the F119-PW-100 engine in the field. Customer Technical Services includes contractor support staff to provide the continuing systems engineering and field support expertise required to sustain the F119-PW-100 engine. Some elements of this effort are: diagnostic and health monitoring trending; reliability, maintainability, safety and statistics technical assistance; service engineering; component and system fault investigations; design review requests and report processing; material review boards; maintenance awareness activities; temporary onsite technical support; waiver processing; software support and crisis management team support. Follow-on flight test includes supporting the weapon system flight testing at Lockheed Martin Aeronautical Systems, Marietta GA, Edwards Air Force Base, and Eglin Air Force Base. This support includes personnel, equipment, facilities, spare parts, modules, support equipment, and procedures required to establish, conduct, and maintain testing of the F119 engine. Modernization encompasses F119 modernization activities (systems engineering and program management) in support of the F-22 Raptor Enhancement Development & Integration (REDI) modernization program. Tasks include planning/integration of aircraft capability enhancements, engine enhancements and weapon system changes, and performing systems engineering task assignments (trade studies, analyses, simulations, etc) associated with optimization/integration of project development associated with modernization. Modification involves performing all activities required to effect engine modifications requested by the government, including provision of personnel, tools, hardware, and procedures. Responsible sources are sought for a long-term performance-based logistics sustainment contract for the F119-PW-100 engine. Offerors must provide written notice to the contracting officer of their interest and capability to satisfy the government requirement no later than 28 June 2006. Potential sources must demonstrate they have the sufficient infrastructure in 1) program management, logistics, maintenance, engineering, financial, and contracting 2) demonstrate the capability for the material resources, engineering, factory, and physical facilities 3) demonstrate recent military engine sustainment responsibility on the scale described in this synopsis, as well as a substantial familiarity with the F119-PW-100 engine and 4) show evidence of these capabilities along with an ability to begin performance on 1 Jan 2008. Potential sources shall indicate their size status in relation to NAIC code 336412. Reprocurement data is not available. Repair data for the engine is currently the proprietary property of P&W and their suppliers. Note that the provision of the supplies/services listed requires a substantial initial investment or an extended period of preparation for manufacture. Also, it is impracticable to distribute the applicable specifications with this market survey. These contract documents may be examined or obtained from ASC/YF, Building 553, 2724 C Street, Wright-Patterson AFB, OH, 45433-7424. An Ombudsman has been appointed to address concerns from offerors or potential offerors during the proposal development phase of this acquisition. The Ombudsman does not diminish the authority of the program director or contracting officer, but communicates contractor concerns, issues, disagreements, and recommendations to the appropriate Government personnel. When requested, the Ombudsman shall maintain strict confidentiality as to the source of the concern. To address concerns only, interested parties are invited to call the ASC Ombudsman, Steven J. Miller, ASC/AE, 1755 Eleventh Street, B750, Room 113, Phone (937) 255-6005 or email: Stephen.miller@wpafb.af.mil. Address technical questions regarding this synopsis to Mitzi Hutcherson, ASC/YFSP, (937) 904-5881 or email Mitzi.Hutcherson@wpafb.af.mil. Other questions may be directed to Tessy Smith, Contracting Officer, ASC/YFKA, (937) 904-5351 or email Tessy.Smith@wpafb.af.mil This synopsis is not to be construed as a commitment on the part of the Government to award a contract nor does the Government intend to directly pay for any information or responses submitted as a result of this synopsis.
 
Place of Performance
Address: Various
 
Record
SN01069430-W 20060616/060614220707 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.