Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 27, 2010 FBO #3045
SOURCES SOUGHT

J -- Joint Primary Aircraft Training System (JPATS) T-6 Contractor Operated and Maintained Base Supply (COMBS) Sources Sought/Market Research

Notice Date
3/25/2010
 
Notice Type
Sources Sought
 
NAICS
541614 — Process, Physical Distribution, and Logistics Consulting Services
 
Contracting Office
664 AESS/SYKABuilding 11A, Room 201-11970 Monahan WayWright-Patterson AFB, OH
 
ZIP Code
00000
 
Solicitation Number
PIXS6471
 
Archive Date
7/30/2010
 
Point of Contact
Jeff Marvin, (937) 255-5280
 
E-Mail Address
john.marvin@wpafb.af.mil;aurora.burrell@wpafb.af.mil
(john.marvin@wpafb.af.mil;aurora.burrell@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
TITLE: Joint Primary Aircraft Training System (JPATS) T-6 Contractor Operated and Maintained Base Supply (COMBS) Sources Sought THIS IS AN INVITATION FOR INDUSTRY TO MEET WITH THE GOVERNMENT. The Aeronautical Systems Center (ASC), United States Air Force Materiel Command, is conducting market research in support of a forthcoming source selection for the follow-on T-6 COMBS services contract. In accordance with Federal Acquisition Regulation (FAR) Part 15, the Government anticipates award of a five-year, predominately Firm-Fixed-Price contract (one year basic period, with four priced one-year options) with a small portion of Cost or Time and Materials effort. The anticipated award date is no later than September 2011. As part of the market research, ASC will be holding Industry Days on 14-15 April 2010 at Wright-Patterson Air Force Base, Ohio, Foulois Hall in Bldg 145, Area B (reference map attached). This event is to communicate with industry regarding a potential T-6 COMBS source selection, specifically the draft requirements, and identify potential offerors. All contractors wishing to participate in the Industry Day must provide a list of the attending individual(s) name, company, and contact information to the Government points of contact no later than close of business 7 April 2010, so the Government may arrange for base access. The notification of attendance should specify whether the attendees will only attend the overall group session on 14 April 2010, or would also like a one-on-one session with the Government. Should the 14 April 2010 group contractor discussion end early, the potential exists for one-on-one sessions that afternoon or on 15 April 2010. Should multiple contractors want the same time slot(s), time slots will be assigned on a first-requested, first-scheduled basis. All contractors wanting a meeting will be accommodated, thus specify in the notification of attendance preferred times to conduct one-on-one sessions (first, second, and third choices) in accordance with the schedule below. Time slots for one-on-one sessions are approximately 14 April 2010, 1:30-2:30 PM and 3:00-4:00 PM; and 15 April 2010, 08:30-09:30 AM; 10:00-11:00 AM; 1:00-2:00 PM; and 2:30-3:30 PM. All times are Eastern Time. NOTE: ONE-ON-ONE SESSIONS ARE FOR CONTRACTOR QUESTIONS AND GOVERNMENT ANSWERS OR FEEDBACK ONLY. ALL QUESTIONS AND RESPONSES RAISED DURING THESE SESSIONS WILL BE DISCLOSED VIA PXIS FOLLOWING CONCLUSION OF INDUSTRY DAY(S). T-6 BACKGROUND: The T-6A is a derivative of the Swiss Pilatus PC-9 MK II, which uses Non-Developmental Items or derivatives of commercially available items to meet most system requirements. The T-6B is a further refinement which provides for upgraded avionics (including heads-up display). The original T-6A was missionized by Raytheon Aircraft Company, Wichita, Kansas (now Hawker Beechcraft Corporation - HBC) to replace the United States Air Force (USAF) T-37B and the United States Navy (USN) T-34C primary training aircraft. HBC owns the data/data rights to the T-6A design and peculiar Support Equipment (SE). HBC or their subcontractors own some data/data rights for T-6B parts. The T-6 is a low wing, high performance, pressurized, turboprop aerobatic trainer. The T-6 provides entry-level students with the skills necessary for contact/familiarization, instruments, formation, and navigation during both day and night conditions. T-6 training will lead to a level of proficien! cy that permits transition into one of the USAF or USN advanced pilot training tracks. CURRENT ENVIRONMENT: As of this PIXS announcement, there are over 500 T-6A and T-6B aircraft in the combined USAF/USN fleet. The T-6A and T-6B aircraft are stationed at the following main operating bases (MOB): Randolph AFB, Laughlin AFB, Sheppard AFB, Vance AFB, Columbus AFB; NAS Pensacola (USAF), NAS Pensacola (USN), NAS Whiting Field, and NAS PAX River. Additionally, the USN intends to begin bed-down of T-6B aircraft at NAS Corpus Christi in 2012. The T-6 production line is scheduled to continue through FY15 with the production of approximately 40 aircraft per year, building to a total fleet size of 768. HBC is the prime contractor for both T-6 production and COMBS efforts. There are approximately 6,000 aircraft part numbers and approximately 300 SE numbers that need to be managed; this figure may change as configuration changes are accomplished on the aircraft. Historically, the Government has processed approximately twelve configuration changes each year that involve (but are not limited to) both the airframe structural components (e.g., landing gear) and avionics subsystems. COMBS must accomodate these changes as they occur such that no gap exists between configuration change and COMBS services. Current estimates of the number of transactions conducted annually range from 500,000 to over 700,000. The entirety of the COMBS inventory is Government Furnished Property (spares, consumables, and SE). If the awardee of this contract is other than the incumbent, the Government would require the establishment of an Associate Contractor Agreement (ACA) with the aircraft manufactu! rer/sustaining engineering contractor (currently HBC). The Government may also require ACA(s) with major subsystem contractors for avionics, engines, etc. All aircraft parts are required to be manufactured and repaired under Federal Aviation Administration (FAA) certified processes to maintain airworthiness certification. FOLLOW-ON CONTRACT DESCRIPTION: The follow-on contract will procure COMBS services in accordance with FAR Part 15 for T-6A and T-6B aircraft at the associated USAF and USN sites. The follow-on contract will be subject to the Service Contract Act. The Government will provide the initial inventory of COMBS spare parts and SE. The contractor shall establish, operate and manage a COMBS facility at each MOB (as detailed in the Performance Work Statement (PWS)), to provide a range and depth of spare parts/bench stock including parts for off-equipment/I-Level back shops, spare engines, engine Quick Engine Change kits, engine modular components, repair parts, peculiar (special) hand tools, SE, and expendables (including aircraft and SE bench stock) necessary to support the assigned aircraft at the base-specified utilization rates (provided in the PWS). The selected contractor shall ensure all COMBS components are FAA-certified in accordance with FAA Regulation Part 23. The contr! actor shall ensure all spare parts are configured, painted and balanced (if required) for immediate installation on aircraft in accordance with the approved government technical data. The contractor shall ensure all items with shelf-life restrictions are maintained within each item's allowable limitations and tolerances. No aircraft component repair/maintenance shall be accomplished by the COMBS contractor within a COMBS facility. The contractor shall only store T-6-specific parts, TCTO/TD kits and SE in COMBS (parts shall not co-mingle with other platforms' assets). The contractor shall maintain data outlining required protective packaging and transportation requirements (electrostatic discharge sensitive items, fragile items, hazardous materials, etc) for spare parts and SE subject to special packaging requirements. The contractor shall support the bases' and air stations' daily flight operations and any Operating Plan (OPLAN), exercise, deployment, static display, fly-by, incentive flight or open house that involves T-6 aircraft or COMBS. The contractor shall have spare parts and expendables available for the operating command as specified by the base-specific performance metrics in the PWS. The COMBS contractor shall maintain the COMBS spare inventory and SE. As T-6 configuration changes are accomplished, the COMBS contractor shall update COMBS services as appropriate. The COMBS contractor shall perform or subcontract off-site Intermediate and Depot level repair of failed reparable components. The COMBS contractor shall provide their own office equipment, phones, furniture, material handling equipment, etc., required to operate the COMBS beyond what is detailed as Government-furnished in the PWS. The COMBS contractor shall manage hazardous material IAW current Federal, State and B! ase regulations. THIS IS NOT A REQUEST FOR PROPOSAL SUBMISSION. This announcement is a sources sought/market research tool to determine the availability and capability of potential sources and ensure early industry involvement in validating the explanation of the requirement. Firms responding to this announcement should indicate whether they are a large or small business, small disadvantaged business, woman-owned small business, HUBZone small business and/or service disabled veteran-owned small business. The North American Industrial Classification System (NAICS) Code 541614, Process, Physical Distribution and Logistics Consulting Services, applies to this acquisition. All prospective contractors must be registered in the Central Contractor Registration database to be awarded a DoD contract. Interested sources are encouraged to first register on the PIXS Web Site (http://www.pixs.wpafb.af.mil). PLEASE INFORM THE GOVERNMENT IF YOUR FIRM INTENDS TO PERFORM THE WORK SOLELY OR IF YOU DESIRE T! O SUBCONTRACT WITH A PRIME CONTRACTOR. No set aside decision has been made; however, the Government is contemplating setting this acquisition aside for Small Businesses if there is sufficient demonstrated interest and capability. A key factor in determining an acquisition to be a Small Business Set Aside is the small business prime contractors must perform at least 50% of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14, Limitations on Subcontracting. The clause reads, in part, as follows: "Limitations on Subcontracting (Dec 1996). (b) By submission of an offer and execution of a contract, the Offeror/Contractor agrees that in performance of the contract in the case of a contract for - (1) Services (except construction). At least 50 percent of the cost of contract Performance incurred for personnel shall be expended for employees of the concern. (2) Supplies (other than procurement from a non-manufacturer of such supplies). The concern shall perform work for at least 50 percen! t of the cost of manufacturing the supplies, not including the cost of materials." Provide specific details and rationale as to how compliance with FAR clause 52.219-14 would be achieved, including specific details regarding teaming arrangements, etc. Air Force Materiel Command FAR Supplement clause 5352.219-9001, "Use of Joint Ventures in Meeting the Limitations on Subcontracting Requirement (Nov 2007)" is planned for inclusion if a solicitation is issued. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. Teaming and/or subcontracting arrangements must be clearly delineated and previous experience in teaming must be provided. SOURCES SOUGHT/ MARKET RESEARCH QUESTIONS: Technical considerations in addition to the information requested above: interested firms should submit sufficient information that will permit evaluation of their technical capabilities. Responses will aid the Government in assessing the market interest relative to the level of competition (i.e., full and open competition versus any form of set-aside) based on individual contractor responses to the following: 1. Does your firm have experience providing COMBS services? Include past performance ratings/evaluations (e.g. Contractor Performance Assessment Ratings, Award Fee, similar contract awards) 2. What strengths does your firm have that enhance your ability to meet and/or exceed the T-6 COMBS requirements? (e.g. ISO 9000) 3. Cite your firm's experience with aircraft parts management/distribution methods. How does your firm anticipate contending with multiple parts suppliers and long-lead items? 4. Describe the consumption forecasting/trend analysis models typically used by your firm. 5. Explain how the Government would benefit by contracting with your firm. What skills, business relationships, and/or experience distinguish your firm above any other contractor? Regarding business relationships, does your firm have any current partnering or non-competitive agreements that may impact the award of this contract? 6. Please provide a copy of any parts supply catalogues your firm offers. Does your firm offer preferred customer discounts? 7. What configuration management/parts tracking strategies/tools would your firm employ to guarantee current inventory levels in the T-6 COMBS as parts configuration change? 8. Does your firm have MILSTRIP/GSA purchasing authorities? 9. How does your firm manage Government Furnished Property? 10. Innovation/Incentives - what competitive approaches has your firm recommended in the past? What innovations/incentives may be appropriate for inclusion in the T-6 COMBS contract? 11. Does your firm have an International Traffic in Arms Regulations (ITAR) Import/Export License? 12. What is your firm's Parts Obsolescence Plan? 13. What has been your firm's experience with Associate Contractor Agreements (ACAs) to date? 14. What special ACA parameters would your firm recommend for the T-6 COMBS contract? 15. What market leverage does your firm have? What techniques will your firm employ to guarantee timely parts supply to the COMBS? 16. What experience does your firm have with FAA Part 23 certification and how would your firm seek to establish and/or maintain this capability for yourself or your potential suppliers? Information should be pertinent and specific to CLS and address the capabilities outlined above. 17. State whether your firm is large, small, small disadvantaged, 8(a), women-owned, HUBZone, veteran-owned or service-disabled veteran owned in accordance with the NAICS code and size standard. If large, what is your Small Business/Small Disadvantaged Business Subcontracting Plan? How will your firm incentivize SB/SDB participation on this contract? Any capabilities package in response to this market research should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. Recent, relevant experience in all areas should be provided. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. Please limit any responses to the source sought/market research questions expicitly enumerated above to no more than twenty (20) pages (double spaced, Ariel, no less than font size 10). All parties are asked to provide a telephone number, an e-mail address and a facsimile number in their response. Information marked "Proprietary" will be protected and will not be divulged unless mandated by existing laws. THIS INFORMATION SHOULD BE SUBMITTED IN WRITING TO 644 AESS/SYK, BLDG 11A, ROOM 201-I, 1970 MONAHAN WAY, WPAFB OH 45433-7211 NO LATER THAN CLOSE OF BUSINESS 14 APRIL 2010. EMAIL IS AN ACCEPTABLE FORM OF RESPONSE; HOWEVER ANSWERS TO THE SOURCES SOUGHT/MARKET RESEARCH QUESTIONS MUST BE ATTACHED IN A MICROSOFT WORD FORMAT (.DOC or.DOCX). Points of contact are listed below. Interested contractors may also at this time provide any questions on the requirement they would like addressed at the 14 April 2010 Industry Day. These questions should be submitted no later than close of business 5 April 2010 in order to adequately research and prepare responses for the 14-15 April Industry Day(s). Questions should be submitted as stipulated above to the points of contact listed below. All questions, comments, and concerns and the responses to the questions will be posted to PIXS following Industry Day(s). INFORMATION CONTAINED IN THIS SYNOPSIS IS FOR MARKET RESEARCH INFORMATION AND PLANNING PURPOSES ONLY. IT DOES NOT CONSTITUTE A REQUEST FOR PROPOSAL AND IT IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. AWARDS WILL NOT BE MADE BASED ON MARKET RESEARCH OR INDUSTRY DAY SUBMITTALS, AND THE GOVERNMENT WILL NOT PAY PREPARATION COSTS FOR ANY CONTRACTOR-GENERATED RESPONSES. JPATS is an Aeronautical Systems Center (ASC) program. The current status is: market research and early industry involvement (Industry Day for requirements review) and sources sought synopsis. SOLICITATION NUMBER: To Be Determined. RESPONSE DATE: 5 April 2010 for questions concerning the requirement; 14 April 2010 for response to the source sought/market research questions. NAIC CODE: 541614 POINT OF CONTACT: John "Jeff" Marvin, Aurora Burrell EMAIL: john.marvin@wpafb.af.mil; aurora.burrell@wpafb.af.mil ADDRESS: 664 AESS/SYKA, 1970 Monahan Way Bldg 11A Wright-Patterson AFB OH 45433-7211 ADDITIONAL INFORMATION MAY BE MADE AVAILABLE AT THE GOVERNMENT'S DISCRETION VIA FOLLOW-ON POSTINGS IN SUPPORT OF THIS SOURCES SOUGHT/MARKET RESEARCH ANNOUNCEMENT. For more information on "Joint Primary Aircraft Training System (JPATS) T-6 Contractor Operated and Maintained Base Supply (COMBS) Sources Sought/Market Research", please refer to:https://pixs.wpafb.af.mil/pixs_solicitation.asp?id=6471
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/PIXS6471/listing.html)
 
Record
SN02103171-W 20100327/100325235540-e3d106e6604988033626fa8a87450465 (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.