Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2012 FBO #3947
SOURCES SOUGHT

R -- T1/T6 Sources Sought Engineering Services - PWS

Notice Date
9/12/2012
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
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
T1-T6-Sources-Sought-Engineering-Services
 
Archive Date
10/16/2014
 
Point of Contact
Jason Shirazi,
 
E-Mail Address
Jason.Shirazi@tinker.af.mil
(Jason.Shirazi@tinker.af.mil)
 
Small Business Set-Aside
N/A
 
Description
T1/T6 PWS T-1 & T-6 Sustaining Engineering and Logistics Support Sources Sought/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. There is no solicitation package available at this time. All interested parties should send company and/or descriptive literature along with responses to the following questions and any comments or questions to Mr. Jason Shirazi, email jason.shirazi@tinker.af.mil, fax: (405)739-5451 or address: OC-ALC/GKSKA 3001 Staff Drive STE 1AE1-103C, Tinker AFB, OK 73145-3020. All responses should be received NLT 3:00 PM CST 26 September 2012. All questions and comments must be in writing, no telephone calls. The Government will not pay for any information received in response to this request, nor will the Government compensate any respondent for any costs incurred in developing the information provided to the Government. The Oklahoma City Air Logistics Center's Contract Logistics Support Branch is seeking to identify sources that may be capable of providing T-1 & T-6 Sustaining Engineering and Logistics Support to include: - Researching, analyzing, investigating to provide responses to USAF to resolve maintenance assistance questions (-107 process) and Deficiency Reports on the aircraft, engines, and related components - Providing source data for technical manuals as T-6 configurations and maintenance practices change, including support for Maintenance Assist Requests (-107s), Engineering Change Proposals (ECPs), Service Instructions (SIs), Service Bulletins (SBs), etc - Providing engineering evaluations to support ECP planning, development, configuration management, Time-Compliance Technical Orders (TCTOs), SIs, etc. - Systems Engineering, including Operational Suitability Safety & Effectiveness (OSS&E), Risk Management, Reliability & Maintainability (R&M), System Safety, Environmental Management, etc - Aircraft Structural Integrity Program (ASIP) (including Loads & Environmental Spectra Survey LESS and Individual Aircraft Tracking IAT) - Integrated Logistics Support (including a Diminishing Manufacturing Sources & Material Shortages program, Life Cycle Cost improvement program) - Engine Structural Integrity Program (ENSIP) (including an Independent Engine Critical Parts Tracking Program) - Field Service Reps (FSRs) located at T-6 MOBs - O&A unscheduled depot repair (or other repair that cannot be done in the field) (both Contractor Field Team and repair done at Contractor Facilities) Description: The North American Industrial Classification System (NAICS) code is 541330, size standard $14 Million. Major logistics elements will include, but are not limited to providing engineering and logistics support for the T-1A and T-6A/B aircraft. The T-1A is a Commercial Derivative Aircraft derived from a Beech 400 and is FAR Part 25 certified. Each T-1 is powered by two each JT15D-5D Pratt & Whitney Canada (PWC), which are also FAA Type Certified. It is the intent of the USAF to maintain these TCs and any future Supplemental TCs (STCs). The T-6A/B is a USAF/USN Commercial Derivative Hybrid Aircraft derived from a Hawker Model 3000 aircraft and is FAR Part 23 certified. Each T-6A aircraft is powered by one (1) Pratt & Whitney Canada (PWC) PT6A-68 turboprop engine and one (1) Hartzell HC-E4A-2 Hub with four (4) E9612 Blades. The engine and propeller are also FAA Type Certified. It is the intent of the USAF to maintain these TCs and any future Supplemental TCs (STCs). The USAF has 178 active T-1A aircraft at the following bases: Vance AFB, Randolph AFB, Laughlin AFB, Columbus AFB and NAS Pensacola. The USAF has 446 active T-6A aircraft at the following bases: Vance AFB, Sheppard AFB, Randolph AFB, Laughlin AFB, Columbus AFB and NAS Pensacola. The USN has over 170 active aircraft (with more being delivered through FY15 to bring the total to an estimated 295) located at the following bases: NAS Whiting, NAS Pensacola and NAS Corpus Christi. The USA has no aircraft at this time but is expected to have four total aircraft delivered in FY14 and FY15. The total USG fleet of T-6A/B aircraft is expected to be 745 by the end of FY15. The anticipated period of performance includes a one year basic period with a minimum of four (4), one-year options and a provision for continuation of services extension up to six (6) months. This brings the anticipated total contract period to 66 months. Sources Sought: The USG is seeking potential sources to provide the described Engineering Support Services (ESS) for T-1 and T-6. Based on communication with the OEM, the USG assumes that the proprietary data needed to provide these services will not be available for purchase or lease/licensure from the OEM. This data includes: - All design drawings - All design criteria and rationale - All manufacturing drawings - All configuration records (including a listing of configuration changes made during production and configuration of each aircraft as delivered to the USG) - All source data used in developing technical manuals - Re-procurement data for all parts purchased by HBDC installed on any delivered T-1 or T-6 aircraft - Any other data record related to design/development/manufacture of any delivered T-1 or T-6 aircraft - Any other data record used in developing the logistics footprint of the T-1 or T-6 aircraft Engineering Services Questions: 1.) Do you believe you can provide these services in their entirety? If so, what would your approach be to overcoming the proprietary data issue? How does this approach benefit the USG ability to operate and maintain T-1 and T-6 aircraft? 2.) Describe how you would provide Aircraft Structural Integrity reports (including Loads/Environmental Spectra Survey (L/ESS) analysis and Individual Aircraft Tacking (IAT) reports without the existing proprietary computer formulas and proprietary data decompression algorithms. 3.) Describe your experience that supports the viability of the approach described above. 4.) Assuming that reverse engineering typically takes more time than researching an existing design database, how would you overcome the risk to the fleet of potentially not having timely responses to safety issues with aircraft? 5.) Without OEM data to draw from - how does this affect your Cost, Schedule and Performance risk? Small Business Questions: 6.) If you are not a small business, what opportunities do you envision, by function, for subcontracting to small business? What percentage of contract value do you believe is appropriate for small business subcontracting? 7.) If you are a small business what types of opportunities do you envision for small business, by function, for this contract? Engineering Service Type Questions: 8.) If you are not the T-6 OEM, how would you approach providing engineering services on a program in which the design data is proprietary and owned by the OEM? 9.) Without OEM data to draw from - how does this affect your price risk? 10.) What methodology would you recommend to make repetitive engineering tasks like -107s, DRs, new technical manual source data, etc, FFP? If FFP/event how would you define the "events"? 11.) What types of incentives (i.e. option periods, cost savings incentives, award fee, etc) would most motivate your company under a long term contract? 12.) Does industry have any concerns with this contract being awarded as a Firm Fixed Price/ Fixed Price Level of Effort type contract? If so, please provide information as to why this may be a concern. 13.) If provided with source data, how would you publish USAF & USN Technical Manuals (if a small business)? 14.) Do you believe this acquisition (NAICS 541330) could be performed as a total small business set-aside? Why or why not? Period of Performance Questions: 1.) We are contemplating a 5 year contract. Can you accurately reflect your costs for that Period of Performance? What advantages/disadvantages do you realize with a 5 year contract versus a shorter/longer period of performance? Small Business Questions: 1.) What small business opportunities by function (i.e. O&A depot work, Contractor Field Teams (CFTs), DR investigations, publishing tech manuals, etc) and percentage of contract value do you believe are appropriate for Small Business on an engineering services contract? 2.) What teaming arrangements (if any) can be established to help develop small business for this level of effort? Other Market Research Information: 1.) What specific capabilities/experience does your firm have with providing engineering support and limited depot repair and CFT support? 2.) Do you currently provide engineering services and/or maintenance for military aircraft and /or FAA Certified military aircraft? If so, please provide a brief description of your current capabilities.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/T1-T6-Sources-Sought-Engineering-Services/listing.html)
 
Place of Performance
Address: Tinker AFB, Oklahoma City, Oklahoma, 73145, United States
Zip Code: 73145
 
Record
SN02879509-W 20120914/120913000909-5a4326085c98ad5d542f6946d6a3b23b (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.