SOLICITATION NOTICE
J -- Performance Based Logistics (PBL) support of the Hamilton Sundstrand Auxiliary Power Unit (APU) system used on multiple aircraft platforms
- Notice Date
- 2/2/2012
- Notice Type
- Presolicitation
- Contracting Office
- N00383 NAVSUP Weapon Systems Support Philadelphia PA NAVSUP 700 Robins Avenue Philadelphia, PA
- ZIP Code
- 00000
- Solicitation Number
- N0038312RXXXX
- Point of Contact
- Kathryn Andrews 215-697-3770 Kathryn Andrews
- E-Mail Address
-
215-697-3770<br
- Small Business Set-Aside
- N/A
- Description
- NAVSUP Weapon Systems Support, Philadelphia will be renewing the current Performance Based Logistics (PBL) for the Auxiliary Power Units (APU) systems and other APU components with Hamilton Sundstrand (Cage Codes 55820 and 73030) in the Spring of 2014. Under the proposed follow-on contract, the contractor will continue to provision, stock, repair, modify and/or replace, store and ship serviceable Ready-For-Issue (RFI) equipment directly to the end user within guaranteed delivery time frames. The renewal PBL contract will require an integrated product life cycle approach whereby the contractor assumes responsibility for many management and support functions related to the PBL such as engineering and logistics support. The PBL contract may require both reliability sustainment and reliability improvements. Hamilton Sundstrand will be required to independently meet system demand metrics or flying hour metrics through WRA /LRU repair and replacement, guaranteed availability, reliability and inventory management. The contractor will also manage technical configurations changes and obsolescence issues. The contractor will be required partner with various organic depots such as FRC-E (Cherry Point), Hill Air Force Base, etc. and to renew and/or execute new Commercial Services Agreements. The renewal PBL contract may add coverage for Navy V-22 APUs and components; may include coverage for Air Force F-16/KC-135/B-2 APUs and components; may include Army CH-47 and H-60 APUs and components; and may also include coverage for DLA unique parts as well as piece parts in support of O and I levels. The maximum period of performance for this effort will not exceed 10 years. Justification for Sole Source Acquisition: the statutory authority applicable to permit other than full and open competition is 10 U.S.C. 2304(c) (1), as implemented by FAR 6.302-1(a)(2)(ii) and (iii) with only one responsible source and no other supplies and services will satisfy agency requirements. Hamilton Sundstrand, Cage Codes 55820 and 73030 is the OEM for the Navy H-46/H-53/V-22 APUs and APU components, the Air Force F-16/KC135/B-2 APUs and APU components, the Army CH-47/H-60 APUs and APU components only Hamilton Sundstrand alone has the engineering expertise and technical data necessary to perform essential PBL tasks such as repair, resolution of obsolescence issues, sustainment of reliability and management of configuration of the Navy ™s Critical Safety Item/Critical Application Item WRAs/SRAs covered by the contemplated procurement. In addition, applicable depot repair manuals which define the tear down, inspection and reassembly of the WRAs/SRAs, identify Hamilton Sundstrand as the only source of supply for various major parts such as shafts, housings and gears. Further, only Hamilton Sundstrand owns the necessary design, configuration, manufacturing, production and process data capable to perform the required reliability sustainments/improvements required and has access to the original design data/OEM intellectual property. Subcontracting Opportunities: All businesses interested in subcontracting opportunities should contact Hamilton Sundstrand. For newer platforms, such as the V-22, reliability improvements are of a nature that will require Hamilton Sundstrand to be deeply involved in configuration management issues and systems engineering design changes, which will require access to original design data and OEM intellectual property. The following NSNs/LRUs represent some but not all of the APUs included in the proposed acquisition: NAVY NIINS: The NSNs included for the H-46 aircraft are 7R E 2910 000534085 7R H 2920 009628934 7R H 2910 015247969 7R H 2915 015363264 7R H 2835 015387615 7R H 2835 015361931 7R E 2835 009844752 The NSNs included for the H-53 aircraft are 7R E 2910 004350176 7R E 2835 08087125 7R E 2910 009398395 7R H 2835 009662681 7R H 2835 015354201 7R H 2910 015359374 7R H 2835 015359377 The NSNs included for the V-22 aircraft are 7R 1680 015283353 7R 1680 015040219 7R 4530 014606214 7R 6110 014442226 7R 1560 015420185 AIR FORCE NIINS: The NSNs included for the KC-135 aircraft are 2835013453402RP 2835012302650RP 2915011874259YP 2920011526305YP 2920012182641RP 2925011894272YP 4810011539756YP The NSNs included for the F-16 aircraft are 2835013083769RP 2910011355681RP 2835010653135RP 2835010740514RP 2835011807301RP 2835012080169RP 2835012084430RP 2835012355249YP 3010010556547YP 3010010712644YP 3020010541271YP 3040012843306RP 5330010606852RP 1650010872863YP 2835010713732RP 2835010862282RP The NSN included for the B-2 aircraft is 2835014625985FW ARMY NIINS: The NSN included for the CH-47 aircraft is 2835014693420 The NSNs included for the H-60 aircraft are 2835013692818 2995014963686 The Government physically does not have in its possession sufficient, accurate, or legible data to purchase these parts from other than the current source. Only the source previously approved by the government for these parts will be solicited. The subject items require source approval prior ot contract award, as the items are considered flight critical and/or the technical data available has not been determined adequate to support acquisition via full and open competition.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00383/N0038312RXXXX/listing.html)
- Record
- SN02666576-W 20120204/120202235109-90d33ffd5272052f977f3c384879b88e (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 |