Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 03, 2017 FBO #5551
SOURCES SOUGHT

R -- TECHNICAL, ENGINEERING, LOGISTICAL SERVICES AND SUPPLIES (TELSS) FOR THE OVERHAUL, REPAIR AND RECAPITALIZATION OF THE T-55 ENGINE AND COMPONENT PARTS - Draft PWS for T-55 Engine and Components

Notice Date
2/1/2017
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - RSA (W31P4Q) Missile, BLDG 5303 SPARKMAN CIR, Redstone Arsenal, Alabama, 35898-5090, United States
 
ZIP Code
35898-5090
 
Solicitation Number
W58RGZ-17-R-0130
 
Archive Date
2/23/2017
 
Point of Contact
Cynthia Hubbard, , Angela Hobson,
 
E-Mail Address
cynthia.a.hubbard5.civ@mail.mil, angela.r.joneshobson.civ@mail.mil
(cynthia.a.hubbard5.civ@mail.mil, angela.r.joneshobson.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
DRAFT Performance Work Statement for T-55 Engine and Components INTRODUCTION: THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUEST FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. This Request for Information/Capabilities Request (RFI) is in support of Market Research being conducted by the United States Army Contracting Command - Redstone Alabama, to identify (1) potential sources and, (2) if this effort can be set aside for Small Businesses. While this RFI is for planning purposes only, responses may be used to justify any near-future competitive or noncompetitive acquisition. This RFI is to notify companies that the US Army Aviation and Missile Command (AMCOM) is seeking to identify parties having an interest in and the resources to support the requirement to support Corpus Christi Army Depot (CCAD) with the integrated services of technical, engineering, logistical services and supplies (TELSS) for the overhaul, repair and recapitalization of the T-55 Engine and component parts. PLACE OF PERFORMANCE: Location- Corpus Christi Army Depot, Texas % On-Site Government- 100% % Off-Site Contractor- 0% DISCLAIMER: The purpose of this RFI is to gain knowledge of interest, capabilities and qualifications of various business concerns that might be interested in providing this service. The Government will use this information to determine the best acquisition strategy for this procurement. The Government is interested in responses from both large and small businesses to include: 8(a), Service-Disabled Veteran-Owned, HUBZone, and Women-Owned Small Business concerns. If a solicitation is released, it will be synopsized and posted on the Federal Business Opportunities (FedBizOps) website. It is the responsibility of the potential offerors to monitor that site for additional information pertaining to this requirement. The Government requests that interested parties respond to this notice if 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 systems offered to the Government and to commercial customers for the past five 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. PROGRAM BACKGROUND: CCAD is designated by the Secretary of the Army as a Center for Industrial and Technical Excellence (CITE) in repairing, overhauling, testing, and modernizing the Army's fleet of rotary wing aircraft. CCAD requires an integrated service of Technical, Engineering, Logistical Services and Supplies (TELSS) to support the artisan labor workforce at CCAD that performs all "hands-on" overhaul and repair or recapitalization, and upgrade of the T55 engine and major sub-assemblies. The T55 engine continues to provide a reliable power plant to the Cargo Helicopter for the Army. The objective of this effort is to continue the successes and improvements realized in the previous TELSS contracts. TELSS is provided to support CCAD's overhaul and repair production of the T55 engine and major sub-assemblies. TELSS support involves identifying improvements in CCAD production line efficiencies, identifying T55 engine component failure analysis, updating depot maintenance work procedures, technical publications, and performing supply chain management for all spare parts. The integration of services and materiel of this requirement, yields the Government substantial benefits in reduced repair turnaround time (RTAT), improved readiness, and improved reliability of the T55 engine. The Contractor shall provide original equipment manufacturer (OEM)-unique knowledge and expertise in the areas of maintenance procedures and planning, production scheduling, supply chain planning, material management, quality, and process engineering. The goals are to achieve a required reduction of Repair Turn-Around Time (RTAT) and an increase in the First Pass Yield rate (FPY), while reducing total overhaul costs. The contractor shall: (1) Provide technology insertion, technology refreshment/modernization of components, obsolescence management, spare parts and test cell upgrades and operational proficiency in support of reliability improvements for the engines. (2) Provide AMCOM's depot maintenance engineering with technical and engineering assistance based on OEM's product design and logistics database and develop work scope and process improvement recommendations in support of the overhaul and repair functions at CCAD. (3) Assist and advise CCAD in establishing commercial best practices in the areas of production planning, production control, materials management and process engineering. (4) Develop overhaul and workstations kits to streamline CCAD component production and ensure availability of all spare parts required in overhaul within a timeframe to assure a repair turnaround time of 100 days or less and a FPY of ninety percent or better. (5) Provide 100 percent spare parts and logistical support functions in inventory management of spare parts associated with the T55 engine and components. (6) Provide support on selective endurance testing of engines to support analysis of predictable failures to assist in reliability improvement and predict parts and overhaul requirements for high op-tempo deployments. This is a performance-based contract with the desired outcome of improved RTAT, FPY and improved reliability. (7) Maintain a repair and return program for T55 Engine depot level repairables. OBJECTIVE: The preliminary contract type is contemplated to be Firm-Fixed Price, Indefinite-Delivery/ Requirements. The estimated period of performance consists of 60 months, a one year Base with four-one year ordering periods. Performance commencing in March 2018. The applicable NAICS code for this requirement is 541330 with a Small Business Size Standard of $15M. The Product Service Code is R706. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. REQUIRED CAPABILITIES: The Contractor shall provide technical, engineering, logistical services and parts in support of the areas specified in Program Background (above). Further detail is provided in the draft Performance Work Statement (PWS) attached to this announcement (Attachment 1). If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. The Government will evaluate market information to ascertain potential market capacity to: 1) provide services consistent, in scope and scale, with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract. SPECIAL REQUIREMENTS: • Personnel and Facility Security Clearances. CCAD is required to be in compliance with Homeland Security Presidential Directive -12. National Agency Checks w/Inquiry (NACI) are required for all U.S. civilian and contract employees at CCAD. In compliance with said directive, a favorably completed background investigation is required prior to employment at Corpus Christi Army Depot and will be submitted with Standard Form (SF) 85, Questionnaire for Non-Sensitive Position, and Optional Form (OF) 306, Declaration for Federal Employment. • Government Furnished Property plan. The Contractor will be provided Government furnished material/property to include but not limited to: office space, office furniture and supplies, working space, personal protection supplies, material handling equipment, meeting space, computer equipment and software, network access, telephones, Common Access Cards, magnetic access cards, utilities, Contractor or inter/intra-Governmental provided services, transportation and intellectual property. ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT) Interested parties are requested to submit a capabilities statement of no more than ten (10) pages in length, not less than 12 pitch font. The deadline for response to this request is no later than 2 pm, CST, 08 February 2017. All responses under this Sources Sought Notice must be e-mailed to angela.r.joneshobson.civ@mail.mil and cynthia.a.hubbard5.civ@mail.mil a. Company Information: - Company name - Address - Point of Contact with email address and telephone number - Federal Cage Code - Data Universal Numbering System (DUNS) and business size pursuant to NAICS - Web page URL - Status as U.S. or Foreign-Owned Entity (if foreign, provide country of ownership) - Cognizant Defense Contract Audit Agency office Your company must be registered in System for Award Management (SAM). To register, go to https://www.sam.gov. b. A Statement of Capabilities demonstrating the skills, experience, knowledge, and capabilities necessary to perform the work specified within the DRAFT Performance Work Statement attached to this questionnaire. Please limit your relevant past experience to the past five years to include a description of the work performed, period of performance, and agency/organization supported individual point of contract (Contracting Officer/Purchasing Agent or Program Manager). Include the Contract Number(s) or Customer/Company Name. c. This documentation must address at a minimum the following items: 1.) What type of work has your company performed in the past in support of the same or similar requirement? 2.) Can or has your company managed a task of this nature? If so, please provide details. 3.) Can or has your company managed a team of subcontractors before? If so, provide details. 4.) What specific technical skills does your company possess which ensure capability to perform the tasks? 5.) What contract type would your firm routinely consider in the performance of this service? Can you suggest any possible contract incentives? 6.) Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, DUNs number, etc. Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company's ability to perform at least 50% of the tasking described in this PWS for the base period as well as the option periods. 7.) Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service Disabled Veteran-Owned Small Business Concern. 8.) Include in your response your ability to meet the requirements in the Facility and Safeguarding requirements. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted in either Microsoft Word or Portable Document Format (PDF), via email to Angela Hobson, Contracting Officer (angela.r.joneshobson.civ@mail.mil) and Cynthia Hubbard, Contract Specialist (cynthia.a.hubbard5.civ@mail.mil). All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. No phone calls will be accepted. Official information regarding this acquisition will be provided by the Contracting Officer. Any information received from other sources should not be relied upon. All questions must be submitted to the contract specialist identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/bfbd6fdb555bfcf380c58504164bea5e)
 
Place of Performance
Address: Corpus Christi Army Depot, Corpus Christi, Texas, 78419, United States
Zip Code: 78419
 
Record
SN04387156-W 20170203/170201234132-bfbd6fdb555bfcf380c58504164bea5e (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.