Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 22, 2014 FBO #4746
SOLICITATION NOTICE

J -- F117 Engine Sustainment Support

Notice Date
11/20/2014
 
Notice Type
Presolicitation
 
NAICS
336412 — Aircraft Engine and Engine Parts 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
FA8124-15-R-0001
 
Archive Date
12/7/2014
 
Point of Contact
Tiffany L Bentley, Phone: (405) 739-8572
 
E-Mail Address
tiffany.bentley@tinker.af.mil
(tiffany.bentley@tinker.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Estimated issue date: 5 December 2014 Estimated closing/response date: 16 January 2015 RFP# - FA8124-15-R-0001 PR# - F3YCAH4314B001 Nomenclature/Noun - F-117 Engine Sustainment Support Application (Engine or Aircraft) - F-117 Engine Description: This F117 Sustaining Engineering and Supply Chain Management effort will provide full propulsion sustainment support (engine and QEC). This effort includes: sustaining engineering (recurring and nonrecurring), supply chain management, and overhaul and repair (depot and field support) performed on the F117 engine. These engineering support activities include detailed design engineering, maintenance engineering and systems engineering support, technical analyses, drawing and source data maintenance/updates, flight safety analyses, reliability/maintainability analyses, liaison engineering support, stress analyses, accident investigation, engineering feasibility studies, materiel deficiency report analysis, field problem investigation, and in-flight emergency response support. The F117 supply chain management effort will require the contractor to meet the specified performance work statement (PWS) performance measurements and administer the supply chain management program. This includes supply chain management logistics, forecasting of parts, long lead-time parts procurement, reparable forecasting, cataloging, obsolescence issues, integration with the Oklahoma City Air Logistics Complex (OC-ALC) for depot/modular level repair/overhaul support, delivery of serviceable assets to depots and approved repair stations, budget computations, what-if computations, Time Compliance Technical Order (TCTO) kit supportability, and hosting meetings to support the F117 program office with supply chain management logistics and Government requests for supply chain management data. The F117 overhaul and repair effort will require P&W to provide depot overhaul and field repair services for the F117 propulsion system to ensure a serviceable, ready-to-install engine to meet the required War Readiness Engines (WRE) and Serviceable Propulsion System (SPS) levels. A Firm Fixed Priced, 10-year indefinite delivery/indefinite quantity type contract consisting of a 5-year base period, two 2-year options and one 1-year option is contemplated. CLIN 0001: Engine Support Services CLIN 0002: Non-recurring Tasks CLIN 0003: Emergency Support CLIN 0004: Data (Not Separately Priced) CLIN 0005: Phase-In Period of Performance: 1 January 2016 - 1 December 2025 Approved Sources/Set-Aside: United Technologies Corporation (CAGE 52661) Pratt & Whitney Military Engines Mandatory Language: An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call the Ombudsman at 405-736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. The proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with only one, or a limited number of sources under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within forty five-days (thirty days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the Government. A Determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Authority is 10 USC 2304 (c) (1).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA8124-15-R-0001/listing.html)
 
Place of Performance
Address: 3001 Staff Dr., Tinker AFB, Oklahoma, 73145, United States
Zip Code: 73145
 
Record
SN03578307-W 20141122/141120234918-d6d01ef1708e2987d343e89dc6bec592 (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.