Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 02, 2014 FBO #4453
SOLICITATION NOTICE

16 -- Request for Information, Constant Speed Drive (CSD) Supply Chain Improvement - Market Research Questionnaire

Notice Date
1/31/2014
 
Notice Type
Presolicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, PK/PZ Tinker AFB, 3001 Staff Drive, Ste 1AG76A, Tinker AFB, Oklahoma, 73145-3015, United States
 
ZIP Code
73145-3015
 
Solicitation Number
RFI-CSD-Improvement
 
Archive Date
5/30/2014
 
Point of Contact
Harold L. Taylor, Phone: 4057347279, Stanley McKinney, Phone: 4057344301
 
E-Mail Address
harold.taylor.8@us.af.mil, stanley.mckinney@us.af.mil
(harold.taylor.8@us.af.mil, stanley.mckinney@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Market Research Questionnaire DISCLAIMERS: The Government does not intend to award a contract on the basis of this Request For Information (RFI). As stated in Federal Acquisition Regulation (FAR) 15.201(e), responses to this notice are not offers, and shall not be accepted by the Government to form a binding contract. As stated at FAR 52.215-3, RFI for Planning Purposes; the Government does not intend to award a contract on the basis of this RFI or to otherwise pay for the information. REQUEST FOR INFORMATION (RFI): This RFI is issued for the purpose of collecting market research, solely for informational, planning, identification of capable sources/recommended strategy and if this effort can be competitive or a Small Business Set-Aside. The information provided in response to this RFI is for discussion purposes and any potential strategy that may be developed from these discussions would be the subject of a separate, future announcement. The information received in response to this RFI may be utilized by the Government in developing an acquisition strategy, and requirements documents (i.e.; Statement of Objectives, Performance Work Statement, or Purchase Description). The Air Force requires that only non-proprietary information be submitted in response to this RFI. The Air Force shall not be liable for or suffer any consequential damages for the use of any proprietary information submitted. The Enterprise Tinker Commodity Council (ETCC) is a multi-functional team chartered to create innovative strategies to drive efficiencies and performance improvements to the USAF supply chain. ETCC is directly responsible for developing logistics support strategies for USAF managed aircraft accessories, instruments, and engine components. PURPOSE: This RFI is intended to identify opportunities to increase efficiencies and effectiveness for the sustainment of Constant Speed Drives (CSDs) managed and repaired at Tinker AFB, OK. The ETCC is requesting industry input/advice for: 1) increasing piece part and end item material availability, 2) on-site technical / engineering support, 3) and depot maintenance process improvements The ETCC has 2 proposed Approaches: a. Improve piece parts supportability to reduce unserviceable Awaiting Parts (AWP ) with some AWP related engineering services. b. A Public Private Partnership with the contractor providing management and engineering support, as well as having responsibility for activities to increase CSD availability and reliability. The CSDs have historically been plagued with a high AWP condition which drives a large quantity of unserviceable end-item inventory within the depot repair facility. In addition, these CSDs tend to experience a low first-pass yield requiring rework of the end-item. The ETCC is requesting ideas from industry that have encountered similar supply chain problems and successfully implemented change and improvements. The ETCC is open to effective resolutions ranging from solutions that reduce AWP conditions through supplying parts to a Public Private Partnership for creative management and problem resolutions. This future effort could include supply chain management, logistics, forecasting of parts, parts availability, reparable forecasting, obsolescence issues, and delivery of serviceable assets. Based on market research the Contractor may be responsible for recurring and nonrecurring engineering services and Contractor Integrated Materiel Management (CIMM) for the CSDs. The engineering support activities may include detailed design engineering, maintenance engineering, systems engineering, technical analyses, drawing and source data availability and updates, reliability/maintainability analyses, engineering support, and materiel deficiency reports analyses. The ETCC is interested in developing a strategy that can produce measurable benefits within 6 to 12 months through guaranteed availability, improved reliability, reduced cost, obsolescence management, and/or other desired logistics elements. The ETCC intends to use various personnel including Advisory & Assistance contractor personnel in reviewing and evaluating any responses to this announcement. As a follow-on to this RFI, the ETCC shall host an Industry Day. The Industry Day is currently scheduled for 27 Mar 14. Date of Planned Industry Day: 27 Mar 14 / 12-4:00 PM, CST Location: Tinker Business Industrial Park (TBIP) 2601 Liberty Parkway (29th Street & Sooner Road) Building 2, Conference Room "A" Midwest City, OK A notice of the planned Industry Day will also be published in FedBizOpps. Each company/team may send a maximum of three attendees. The Government shall not reimburse or be liable for any travel expenses. All expenses related to this RFI and/or industry day shall be at contractor expense. A fifteen minute one-on-one session will be available if requested in advance. Please identify those attending NLT10 March 2014. Questions may be transmitted in advance of Industry day and may be transmitted electronically via e-mail to Mr. Harold Taylor Procuring Contracting Officer E-mail:. harold.taylor.8@us.af.mil Government responses may be provided on FBO or at the Industry day event. CSD Applicable End Item National Stock Numbers (NSN) 12ea NSNs / PN's 1650-01-161-1651 / 700953A/B/C/D/E/F 1650-01-148-2109 / 712645F 6115-01-141-6018 / 731114D 1650-00-079-2295 / 708754A 1650-01-502-8980 / 714672L/M, 727410C 1650-01-187-5519 / 714672L/M, 727410C 1650-01-136-0549 / 700842A 1650-01-438-0943 / 711595H/J/L/M 1650-01-069-6588 / 715133C/D/E/F 1650-01-313-4227 / 739827A/B 1650-01-228-9276 / 734556, 734556A 1650-01-222-3790 / 727429E Contractor's requesting information need to provide documentation/proof of clearance regarding export controlled / militarily critical technial data items, DD Form 2345. Contractors may rquest technical data from Ms. Leslie S. Malone, COMM: 405-736-7335, leslie.malone.ctr@us.af.mil. Interested parties may need information that has been designated as "Militarily Critical Technical Data." Only businesses that have been certified by the Department of Defense, United States/Canada Joint Certification Office, and have a valid requirement may have a copy of the solicitation document. All requests for copies of the solicitation document must include a certified copy of DD Form 2345, Militarily Critical Technical Data Agreement. To obtain certification, contact: Commander, Defense Logistics Information Service (DLIS), ATTN: U.S./Canada Joint Certification Office, 74 Washington Avenue North, Battle Creek, MI 49017-3084 or call the DLIS at (800)-352-3572. The DLIS Unites States/Canada Joint Certification Lookup service is available via the Internet at: http://www.dlis.dla.mil/ccal/. Based on responses to this RFI and Industry Day, it is anticipated that, at some future date, a solicitation or series of solicitations may be issued to pursue opportunities for contract award. A pre-solicitation notice may be published in FedBizOpps prior to the release of any solicitation generated from the information gathered in response to this RFI. Not responding to this RFI will not preclude participation in any future solicitation. SMALL BUSINESS PARTICIPATION: The Government is interested in all businesses to include, Small Businesses, Small Disadvantage Business, 8(a)s, Service-Disabled Veteran-Owned, Small businesses, Hubzone Businesses, and Women-Owned Small Businesses. The Government requests that interested parties respond to this notice as a prime or subcontractor as applicable and identify your small business status to the identified NAICS code. Additionally, please provide any anticipated teaming arrangements, along with a description of similar services offered to the Government and to commercial customers for the past three years. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. RESPONSES: Please provide the following information for your company: 1. Company name/Address - Cage Code - DUNS Number - Point of Contact - Phone/fax Number - Email Address - Web Page URL - Size of Business relative to NAICS Code (Small Business Size Standard employees or less) - U.S. or Foreign Owned Entity - Please indicate whether your interest is as a prime contractor or as a subcontractor - Please provide responses to the following: 2. Describe potential initiatives to improve supply chain performance with CSDs and the logistical elements that could be affected. (Logistics elements include: Materiel Management, Distribution, Technical Data Management, Maintenance,Training,Cataloging,Configuration Management, Engineering Support, Obsolescence Management, Technology, Refreshment, In-Service Support Analysis, Repair Parts Management, Failure Reporting and Analysis, and Reliability Growth). 3. Responders should provide examples of past experience and demonstration of their past accomplishments with CSDs or similar items. 4. Discuss and identify performance criteria and incentive plans that your firm has found particularly effective in this type effort. 5. If your firm has performed under a DoD or commercial contract, provide best practices, to include lessons learned. For DoD contracts, please provide the DoD agency, contract number and contact information. For commercial contracts, please provide similar contract information if possible. 6. Briefly describe any potential constraint or boundary that you anticipate regarding responsibilities if you were managing a DoD contract. 7. Numbers of personnel involved in CSD sustainment, their required skill levels, and the organizations' provision of training. 8. Please explain the approach your company would prefer to address the issue of CSD sustainment. Approaches: a. Improve piece parts supportability to reduce unserviceable AWP with some AWP related engineering services. b. A Public Private Partnership with the contractor providing management and engineering support, as well as having responsibility for activities to increase CSD availability and reliability. 9. Explain if your company/team could provide either/or/both of these approaches "a" and/or "b". 10. Please explain the approach your company would prefer to address the procurement, control and issue of indirect and consumables materials. 11. Are there specific questions or information you would like to see answered/presented at industry day? 12. Provide names of individuals who will attend the Industry Day (limit 3 per company/team). 13. Indicate if you would like to have a 15 minute one-on-one session during Industry Day. The Government requests that interested parties complete the attached questionnaire to aid in Government market research and add detailed discussion for upcoming industry day. SUBMISSION OF INFORMATION: Responses to this RFI must be readable by Microsoft Office or Adobe software. Responses to this RFI shall be unclassified and should not exceed 20 pages in length. Prior to the response date, if necessary, potential respondents may request clarifications by email. Significant ETCC responses to a potential respondent's request for clarification will be posted to FedBizOpps under this RFI. ETCC may provide feedback to respondents regarding their response to this RFI. All interested parties are invited to submit a response to this RFI on or before 3 Mar 14, 8:00 AM, Central Standard Time (CST). Please note: emails containing file types such as:.zip,.xlsx,.docx, or other macro-enabled extensions, may not be delivered to the intended recipient. All responses and questions under this RFI must be transmitted electronically via e-mail to Mr. Harold Taylor, Procuring Contracting Officer, email: harold.taylor.8@us.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/RFI-CSD-Improvement/listing.html)
 
Record
SN03278620-W 20140202/140131234134-283718bf88b6237e4391cd519901a0bd (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.