SOURCES SOUGHT
15 -- F-16 USAFE Overseas Depot Workload - Competition Region
- Notice Date
- 10/2/2014
- Notice Type
- Sources Sought
- NAICS
- 336411
— Aircraft Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFLCMC / AFSC / AFNWC - HILL AFB, ., Hill AFB, Utah, 84056, United States
- ZIP Code
- 84056
- Solicitation Number
- FA8232-15-R-Depot
- Archive Date
- 11/29/2014
- Point of Contact
- Eric Dumpert, Phone: 801-777-2861, Amanda M Winn, Phone: 801-777-6878
- E-Mail Address
-
eric.dumpert@hill.af.mil, amanda.winn@us.af.mil
(eric.dumpert@hill.af.mil, amanda.winn@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Competition Region...Map REQUEST FOR INFORMATION SYNOPSIS: SOLICITATION NUMBER: NOTICE TYPE: FA8232-15-R-Depot REQUEST FOR INFORMATION TITLE: F-16 USAFE Overseas Depot Workload SYNOPSIS: •1. NOTICE: This is not a solicitation, but rather a Request For Information (RFI) synopsis to determine potential sources for information and technical solutions to support Government planning activities. •2. The purpose of this RFI is to conduct market research to determine if responsible sources exist, and to assist in determining if this effort can be competitive. The proposed North American Industry Classification Systems (NAICS) code is 336411 - Aircraft Manufacturing, which has a corresponding size standard of 1500 employees. Please recommend alternative NAICS codes if you believe they better fit the requirements. 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. •3. Program Details: 1) This requirement is for aircraft depot level maintenance and repair at an in-theater contractor-operated facility for all F-16 aircraft allocated to the United States Air Forces in Europe (USAFE) Major Command (MAJCOM). Additionally, this contract will contain provisions to perform drop-in maintenance on any F-16 aircraft positioned in the USAFE Area of Responsibility (AOR). The scope of the workload to be accomplished encompasses core defined depot-level maintenance activities and other predefined programmatic work required for sustainment of the F-16 platform. Competition for this contract is restricted to contractor's located within the two outlined circles shown in Attachment 1- Competition Region. All eligible contractors must be located within the red and blue outlined circles. 2) Core defined work includes aircraft coating removal, paint, Non-Destructive Inspections (NDI), and Radar Absorbing Material (RAM) Inlet repair. Programmed work for this period will also include major depot-level modifications and repairs. Examples include, but are not limited to, aircraft bulkhead removal and replacement, wing and vertical tail removal and replacement, and canopy sill longeron removal and replacement. Additional requirements for this contract include unplanned drop-in maintenance and deployment of Contractor Field Teams (CFT) to aircraft field locations. 3) To support this requirement, it is important for our program to solicit an RFI to identify potential sources, costs, and capabilities of interested vendors. The program office requests a Statement of Capabilities (SOC) from each interested vendor describing their abilities to successfully perform the aforementioned requirements and to meet other requirements as stated in this sources sought synopsis. Submittal of pass performance information on government contracts of similar effort is encouraged, but not required. 4) This is a highly specialized capability and requires access to a unique work force and experience base with DoD fighter aircraft. Please include answers to the following in your SOC: •a. Provide location of facilities where aircraft modification activities will be conducted. • i. Describe on-site airport, runways, and ramp space available at location. •b. Define current/available Workforce by specialty (e.g., airframe/powerplant general, sheet metal, electricians, avionics, engineering, fuels, egress, engines, etc.). • i. Describe personnel training and certification programs •c. Describe available/on-hand tooling, support equipment, and aircraft ground equipment to support F-16 depot level maintenance. •d. Do you meet the requirements as defined in DCMA INST 8210.1/8210.2? These include: • i. Ground Operations. This section applies to contractor personnel who perform ground operations on-aircraft and for FOD and Tool Control per Paragraph 3, and those personnel who operate and maintain ground equipment used in support of aircraft. • ii. Ground Operations Procedures (GOPs). The contractor shall develop and follow written GOPs to ensure that only trained, qualified and certified personnel perform all aircraft ground operations, as applicable. Contractors perform many ground operations related to aircraft not specifically mentioned in this Instruction; however, all hazardous ground operations performed in, on and around aircraft must be addressed in the Procedures. • iii. Security of Aircraft/Prevention of Unauthorized Access or Operation of Government Aircraft. The Procedures shall include: • iv. Responsibilities and processes for preventing unauthorized aircraft movement and access by unauthorized personnel, • v. Promotion of security awareness in all flight-line personnel and, • vi. Classified equipment storage. •1. Do you possess secure storage (e.g., facilities, vaults, and safes) for safeguarding of equipment up to the Secret/No Foreign classification Level? •e. Define existing facilities to support aircraft maintenance activities • i. Launch and Recovery of aircraft • ii. Aircraft towing • iii. Ramp space (# of F-16 aircraft which can be parked on ramp at one time) • iv. Dock space (# of F-16 aircraft you can support at one time) • v. Certified Paint/strip facilities (aircraft and component level) • vi. Fuel, de-fuel, and fuel maintenance • vii. Egress storage and maintenance • viii. Engine maintenance and run facilities (to include engine run pads) • ix. Firefighting facilities • x. Hydrazine storage facilities • xi. Flight test facilities/capabilities •f. Describe your materiel management/benchstock processes/procedures •g. Describe your tool control and accountability processes/procedures •h. Describe your technical documentation, storage and control processes/procedures •i. Provide examples over the last three (3) years of similar and relevant aircraft structural modification and/or depot level maintenance activities for the DoD (Specify: Prime or sub-contractor role). •j. Describe current quality practices and processes to include: ISO Standard certifications, technician certification, Quality Assurance, material management/bench stock processes and capabilities, tool control processes and procedures, technical data storage and control, and issue resolution processes. •k. Describe experience with and current access to Government information systems; which may be required to manage a large program. • i. Access to JEDMICS/eTIMS • ii. Current/Existing DoDAAC or SRAN codes assigned •1. Do you currently have requisition authority on these? • iii. Access to DLA parts ordering • iv. Use of Government billing systems (e.g., Wide Area Work Flow, DFAS, etc) • v. DCMA certified Earned Value Management (EVM) systems •1. Provide name and contact information for local DCMA representative • vi. Any Government approved/certified PKI networks or systems? •l. If requested, would your company be interested in supporting a program team site visit as part of Pre-RFP market research analysis? • i. If requested, would your company be interested in supporting an "Industry Day" at Hill Air Force Base, Utah? •m. OPTIONAL: Provide any unique or innovative ideas the Government may be interested in pursuing to fulfill this requirement. • i. Describe the "ideal" time necessary to respond to an RFP from the Government. 5) Provide a Rough Order of Magnitude (ROM) for per aircraft cost of core defined workload. This workload includes aircraft coating removal by scuff sand and/or Plastic Media Blast (PMB), paint, and Radar Absorbing Material (RAM) Inlet repair. Technical Orders and Drawings are available for these jobs upon request. 6) Provide information of vendor's capacity and surge capabilities, and estimated throughput time for one aircraft for each core defined workload. 7) Provide information of vendor's capability for conducting Non-Destructive Inspections to include means and methodology used. 8) Identify all activities that require subcontracting, collaboration, sole-source, or third-party engineering and logistical support. 9) Please identify any clarifications or additional information needed to respond to this RFI. 10) Assume contract award date of 1st Qtr, US Fiscal Year 2017. 11) The need date for responses is end of business 15 Nov 2014. 12) Questions should be directed to Captain Chris Ulman, Program Manager, Telephone: 801-775-6308, email: christopher.ulman.2@us.af.mil, or First Lieutenant Tristan Newkirk, Deputy Program Manager, Telephone: 801-775-4938, email: tristan.newkirk.1@us.af.mil. 13) Please respond via email to Ms. Amanda Winn at amanda.winn@us.af.mil and eric.dumpert.1@us.af.mil. We look forward to receiving your reply as soon as practicable, but not later than 14 Nov 2014. If you have any questions, please email them to Ms. Winn.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FA8232-15-R-Depot/listing.html)
- Record
- SN03541152-W 20141004/141002235042-7b7611402e8138e98a483364c486a6ec (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 |