Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 16, 2012 FBO #3826
MODIFICATION

28 -- T56 Engine and Engine Component Repair/Overhaul

Notice Date
5/14/2012
 
Notice Type
Modification/Amendment
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, Tinker OC-ALC - (Central Contracting), 3001 Staff Drive, Ste 1AG76A, Tinker AFB, Oklahoma, 73145-3015
 
ZIP Code
73145-3015
 
Solicitation Number
FA810013R0001
 
Point of Contact
Gayle Little, Phone: 4057346995
 
E-Mail Address
gayle.little@tinker.af.mil
(gayle.little@tinker.af.mil)
 
Small Business Set-Aside
N/A
 
Description
T56-15 Request for Information This is a Request for Information (RFI) only, which, as part of market research, is being issued in accordance with (IAW) Federal Acquisition Regulation (FAR) subpart 15.201(e). This is not a solicitation/request for proposal and no contract shall be resultant from this synopsis. The Oklahoma City Air Logistics Center's T56 Program Office Branch (OC-ALC/GKGDC) is seeking to identify potential vendors input to realistic T56 Subcontracting Goals and input for potential price band quantity ranges in regards to the T56 workload as part of follow-on analysis questions to previously posted RFIs. T56 workload processes include manufacture/repair /overhaul and supply chain management support for Whole Engines, Power Sections, and Management of Items Subject to Repair (MISTR) components beginning early Calendar Year 2014. For purposes of this RFI, a SB is defined by the North American Industrial Classification System (NAICS) code of 336412 with a size standard of total company employees not to exceed 1,000 employees. The Product Service Code (PSC) for this workload is J028. Description of services - Engine Overhaul/Repair consisting of the labor and material necessary to accomplish the Overhaul/Repair of the C-130 power packages, T56 Engine, modules, components, accessories, and piece parts. Engine scheduled and unscheduled depot maintenance will be performed in accordance with applicable T56 and C-130 Quick Engine Change Kit Technical Order (T.O.) requirements. This requirement also entails Receiving, Handling, Transporting, Inspecting, Testing, Repairing, Overhauling, Performance Testing, Functional Testing, Pre/Post Bore-scope Inspections, and Engine Preservation. The Overhaul/Repair process includes the management and procurement of consumable material. In addition to overhaul production, associated engineering/technical support requirements of maintenance function such as Part Deficiency Investigation, Engine Teardown Deficiency, Analytical Condition Inspection, Engine Mishap Investigation Support, Dimensional/Material Lab Analysis and Maintenance Data Systems Management are within the scope of this requirement. The maintenance program for the T56 engine is based on the principles of On Condition Maintenance (OCM). All maintenance is based on the actual condition of the item as determined by inspection, testing, occurrence of a specific event, or expiration of operating time limits. Under the OCM concept, most removals are unscheduled. However, these unscheduled removals are often the result of scheduled -6 inspections. The life and maintenance management plans for the engine have established Turbine Rotor Assembly Maximum Operating Time limits as well as Low Cycle Fatigue life limits for fracture critical components. The T56 program also utilizes the Reliability Centered Maintenance (RCM) concept to maximize the life cycle cost of the engine. As such, RCM principles are employed in the overhaul/repair build standards and data management for RCM is maintained by the maintenance source. As stated above, the T56 repair requirement consists of whole engine builds as well as component repair (i.e., turbine module) to support field activities. For planning purposes, the forecasted T56 engine workload is approximately 165 engines per year and MISTR component repairs average around 10,000 items per year. A listing of anticipated engine and component items is provided with this RFI to obtain vendor responses regarding the following RFI questions as outlined in later paragraphs below. All responsible sources interested in providing services for this requirement are requested to provide a written summary of information concerning their technical certifications, capabilities, experience (current services or contracts - to include points of contact and telephone numbers) and corporate background. Interested parties should provide a description of potential approaches for review by the Government no later than 9:00 a.m. CST, 20 days from RFI issuance. NO telephone calls will be accepted. Interested sources should also indicate if your company is listed as Large Business company, or designated as a Small Business and if so, indicate what Small Business category your company falls under (Small Business, Small Disadvantaged Business, Woman-Owned Small Business, Service Disabled Small Business, and Hubzone Small Business). This acquisition will fall under NAICS 336412 and its applicable size standard of 1,000 employees. The PSC code for these requirements is J028. Responses shall be limited to 10 pages or less and a typographical font of 12 or greater. All responses and questions should be forwarded to the attention of the Contracting Officer, Ms. Gayle Little, OC-ALC/GKGK, Tinker AFB, OK 73145 gayle.little@tinker.af.mil. Any information submitted by respondents to this RFI is strictly voluntary. This RFI does not constitute a Request For Proposal (RFP) or an Invitation for Bids, nor does its issuance restrict the Government's ultimate acquisition approach. The Government will neither award a contract solely on the basis of this notice, nor pay for any information that is submitted by respondents to this RFI. For purposes of market research, the Government is seeking to understand from the vendor's perspective what realistic Small Business (SB) subcontracting goals are in relation to the T56 workload. It is the Government's intent to make SB Subcontracting goals and participation plans to achieve goals as part of any potential proposal evaluation. Additionally, the Government is seeking to understand the market-based input to price bands for given Best Estimated Quantities (BEQs) workload ranges and what, if any, the vendor sees as a logical workload BEQ range and break point for the T56 workload categories listed below in RFI questions. 1. Given the below table reflecting the current Department of Defense (DoD) Small Business FY13 Subcontracting Goals, what percentage of T56 workload does your company subcontract to SB today and what does your company believe are realistic, achievable percent goals for SB subcontracting categories? DoD Small Business Subcontracting Category FY13 Percent Goal Small Business 36.7% HUBZone Small Business 3.0% Service-Disabled Veteran-Owned Small Business 3.0% Small Disadvantaged Business 5.0% Women-Owned Small Business, Historically Black Colleges & Universities and Minority Institutions 5.0% 2. For the Best Estimated Quantities (BEQ) posted to FedBizOpps on 1 Feb 2012, what does your company believe would be the logical price band quantity ranges for only the Whole Engine, Power Section, Reduction Gearbox, Compressor Module, Turbine Module, Turbine Rotor, and Torquemeter workload items? (BEQ's posted against Solicitation # FA810013R0001, file titled "Estimated BEQ for RFI Responses")
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA810013R0001/listing.html)
 
Place of Performance
Address: TBD, Tinker AFB, Oklahoma, 73145, United States
Zip Code: 73145
 
Record
SN02747355-W 20120516/120515000335-7bcd399970c0721a2f1ed7a4bb65721f (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.