SOLICITATION NOTICE
39 -- DRAFT Request For Proposal (RFP) for Tunner Performance Based Logistics (PBL) Acquisition - DRAFT RFP
- Notice Date
- 8/8/2011
- Notice Type
- Presolicitation
- NAICS
- 333924
— Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, WR-ALC, WR-ALC/PK Acquisition Opportunities, 235 Byron St,, Warner Robins, Georgia, 31098-1611, United States
- ZIP Code
- 31098-1611
- Solicitation Number
- FA8519-11-R-0003-DRAFT
- Archive Date
- 3/31/2012
- Point of Contact
- Alicia D. Vogel, Phone: (478) 222-2313
- E-Mail Address
-
Alicia.Vogel@robins.af.mil
(Alicia.Vogel@robins.af.mil)
- Small Business Set-Aside
- N/A
- Description
- DRAFT RFP_FA8519-11-R-0003 This DRAFT Request for Proposal (RFP), in support of a potential Tunner Performance Based Logistics (PBL) acquisition, is being issued for planning purposes only. Although the terms "proposal" and "offeror" are used in this DRAFT RFP, your response will be treated as information only. It shall not be used as a proposal. The Government does not intend to award a contract on the basis of this solicitation or to otherwise pay for any information provided. The attached specifications and drawings are being submitted for industry review and comments. It is anticipated that a formal RFP will be issued at a later date. Interested parties are advised that a formal RFP will have a 45-day response time; therefore, the information provided in association with this DRAFT RFP should be viewed as working documentation for the purposes of preparing a proposal. Interested parties should keep this in mind when asking questions in response to the DRAFT RFP. In response to this announcement, please submit questions and/or comments in writing to the following individuals no later than close of business, 26 August 2011: Deborah A. Simmons, Contracting Officer, Deborah.Simmons@Robins.af.mil, and Alicia Vogel, Contract Specialist, Alicia.Vogel@Robins.af.mil. Interested parties should indicate their interest in attending a pre-solicitation conference regarding this potential requirement to the individuals listed above. Description of anticipated requirement: The Tunner is a self-propelled 60,000-pound capacity aircraft cargo transporter loader. The Tunner weighs 66,000 pounds; is approximately 15' wide by 50' long; and is approximately 22 feet tall when fully extended. It transfers loads to and from warehouses, and to and from cargo aircraft on the flightline. The Tunner interfaces with docks in the warehouses and all Air Force cargo aircraft, including many commercial Civil Reserve Air Fleet (CRAF) aircraft. `The Tunner's powered conveyor system moves loads on unit load devices (ULDs): pallets, platforms, and containers. The roller system on the deck converts to a flat deck for rolling stock loads. The deck rolls, side-shifts, yaws, and pitches. The Tunner is air transportable on the C-5, and C-17 aircraft. It is powered by a V-6 diesel engine that drives two hydraulic pump stacks. The suspension height is adjustable. The Tunner complexity is much more than that of a special purpose truck, but less than that of a modern aircraft. The suspension consists of complex custom-made stainless steel castings. The chassis rails consist of two configurations, one constructed of non-weldable heat-treated stainless steel material, and the other is weldox, a low alloy weldable steel material. The cab structure is of riveted aluminum construction. The deck is a riveted aluminum structure with fifty foot extruded tubular sections open on the ends. The lift link structure is a combination of high strength steel weldment and stainless steel casting. An event-driven programmable processor (later models) controls the hydraulically actuated deck, whereas the earlier models are controlled by relay logic. The vehicle is propelled by hydrostatic drive with hydraulic motors mounted on the driven axle bogies. The hydraulics also actuates the powered conveyor, radiator cooling fans, suspension, and steering systems. Two pump stacks consisting each of one variable displacement axial piston pump, one gear pump, and one charge pump, provide pressure for all circuits. The hydraulic circuits are discrete for continued operation should one pump stack fail, and containing many types of valves such as pilot operated check valves, pressure relief valves, counter balance valves, cross-over valves to allow degraded operations using one pump stack, flow dividers, pressure and flow control valves, etc. There is an electrical emergency pump system to operate the deck functions and steering when the hydraulic system fails to operate. The Contractor will provide a broad range of support for 318 deployed Tunner loaders. The Contractor will provide this support in four output-oriented areas. The four areas are as follows: MATERIAL MANAGEMENT Purchasing of parts and material Manufacturing Warehousing Packaging Transportation Repair of parts Technical Support PROGRAM ENGINEERING SUPPORT Configuration Management Change Management: System Review Board Technology Insertion Logistics Engineering, Including Training Design Responsibility Obsolete Parts/Vanishing Vendors Life Cycle Systems Engineering Nuclear Surety Certification Technical Order Management Reduction of Total Ownership Costs Software Maintenance Database Management DEPOT REPAIR (OR UNSHEDULED DEPOT LEVEL MAINTENANCE)/MODIFICATION General Accidents Battle Damage Implementing New Capability or technology Insertion Implementing R, M & A Improvements VEHICLE OVERHAUL Total Refurbishment of the Loader Reliability-Centered Maintenance Modifications Material Management will provide parts quickly worldwide to approximately 80 locations. Management of returned parts for repair or analysis will be required. All parts are make or buy. Systems Engineering will provide corrective actions and implementation for deficiencies, and the generation of TCTOs when required. The contractor will be responsible for verification of form, fit, function, and interface of corrective actions. The Contractor will generate changes to the Tunner TO's as required. Systems Engineering will include maintenance or development of engineering documentation such as the engineering drawing package; the safety assessment report; failure modes, effects and criticality analysis report; finite element analyses; configuration management status accounting; test data; pipeline data; and any additional field maintenance data required over and above the Air Force On-Line Vehicle Interactive Management System (OLVIMS) data collection system. Depot Repair/Modifications will be performed when field repair is not possible, practical, or affordable. Vehicle overhaul could include modifications, reliability centered maintenance, and repair of structural abnormalities. The work effort will include an intense and complex corrosion control and abatement program involving large (10' X 50') parts and refinishing them with a variety of environmentally sensitive materials. This includes both ferrous and non-ferrous parts as well as aircraft-like riveted assemblies using typical aircraft aluminum alloys. Manufacturing personnel will be required to fulfill on an annual basis the requirements of process certifications in welding (e.g., AWS), corrosion control, hydraulics, riveting, and inspection. Where there are no organizational or societal procedures, the contractor will be required to develop procedures. The Contractor will be responsible for OSS&E, maintaining nuclear surety certification (i.e., the contractor making no changes that would void the certification), product lifecycle management, and technical order management. Simply stated, OSS&E is establishing and preserving, throughout the life of the system, baselines for operational safety, suitability, and effectiveness. Suitability is the ability of the Tunner to operate within the Air Force system. Effectiveness is the ability of the Tunner to perform as intended. This means that any changes required as a result of obsolescence, vanishing vendors, cost reduction, correction of deficiencies, etc. must not degrade the safety (including nuclear surety certification), suitability or effectiveness of the items. The nuclear surety certification allows the use of the Tunner to handle nuclear weapons. Configuration control is necessary for status accounting of the parts installed on each loader, and any special repairs or modifications must be documented. Configuration status accounting (as maintained list) of each loader is required for future reliability analysis, correction of deficiencies, and overhaul of the loader. The Contractor will be responsible for the performance and design of the Tunner system just as the Original Equipment Manufacturer (OEM) carries that responsibility today. Engineering, item management, TO management, and overhaul management has never transferred to the Government. The Contractor will accept these responsibilities directly from the OEM. The Contractor will receive the technical data package, and historical field data collected. A number of metrics will be used to measure performance of this performance-based contract. The top level metric will be Tunner system sustainment availability (TSSA). It will be the responsibility of the Contractor to make adjustments to the system when needed to comply with TSSA. The metrics will be at a high level so that the Contractor will have the latitude to choose which parameters to adjust to achieve the required outcome. As an example to improve TSSA, the Contractor could replace some of the lower reliable parts with more reliable parts, decrease the parts delivery times, improve the TO instructions such that maintenance downtime is reduced or maintainer/operator interface is improved, etc. Technical support shall be provided 24 hours a day and 7 days a week. Requests will arrive by email, FAX, and phone. Technical support shall include providing repair instructions to the field when a particular repair is not covered by the TO (i.e., non-TO repair procedure), providing explanations of the TOs to the field when needed, etc. This PBL effort will also involve supplying parts to approximately 80 worldwide bases. The contractor will be responsible for the procurement of the parts from qualified vendors, implementing manufacturing enhancements to parts as needed to provide a finished part to the field, distribution of the new parts to the field, and tracking the retrieval of reparable parts from the field. The government plans to pay the contractor for parts on a flat revenue rate per operating hour to be paid on a monthly basis (i.e., "power by the hour"). During the first 18 months, the contractor (non-OEM) shall become qualified to conduct Tunner overhauls. Contractor will be provided two Tunners during this period for qualification. This will be followed by two years of low-rate overhaul (quantities of 7 and 18 respectively) after which the contractor will be expected to conduct depot overhaul on 32 loaders each year. The government will provide Tunner engineering drawings to the contractor. Manufacturing tools and fixtures will not be available. However, the contractor will be expected to provide the required initial inventory and adjust the inventory to usage needs of the bases as field operations dictate. We anticipate that some profit will be based on both performance and schedule incentives. Structural abnormalities or non-standard repairs will be negotiated as they are discovered. Additional information may be provided via additions to this posting.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/FA8519-11-R-0003-DRAFT/listing.html)
- Record
- SN02525621-W 20110810/110808235352-ed7749902ce79008f18c1f261eaf519b (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 |