Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 10, 2017 FBO #5558
SOURCES SOUGHT

16 -- Requiest For Information P-8A Poseidon Commercial Common Repair Support

Notice Date
2/8/2017
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, NAVSUP Weapon Systems Support Philadelphia PA, 700 Robbins Ave., Code 025, Philadelphia, Pennsylvania, 19111-5098, United States
 
ZIP Code
19111-5098
 
Solicitation Number
N00383-17R-RFIP8
 
Archive Date
4/8/2017
 
Point of Contact
Debra B. Zaslow,
 
E-Mail Address
debra.zaslow@navy.mil
(debra.zaslow@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
INTRODUCTION Naval Supply Systems Command Weapon Systems Support (NAVSUP WSS) is seeking input from potential commercial suppliers regarding a contemplated innovative contracting approach for Navy procurement of repairs of "commercial common" items for the P-8 Poseidon maritime patrol aircraft. The P-8 is an aircraft derived from the Boeing 737-800 commercial airliner. Although the P-8 carries out a strictly military role for the U.S. Navy, some items on the aircraft are unmodified 737 items. These are referred to as "commercial common" items; they are also sometimes referred to as COTS or "commercial off the shelf." All items contemplated for repair will be unmodified COTS items. It is expected that the number of distinct items covered by the contemplated contract would be upwards of 900. (While some other P-8 commercial common items have been subject to modification from 737 configurations, such items will not be included in this contemplated contract.) This announcement is intended to serve as a combination sources sought notice, request for information, and Industry Day Announcement. DISCLAIMER THIS ANNOUNCEMENT IS FOR INFORMATIONAL PURPOSES ONLY. IT IS NOT A REQUEST FOR PROPOSALS. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. SPECIAL NOTE REGARDING INFORMATION SUBMITTED Any information submitted by those who respond to this announcement is strictly voluntary. Such information received may be utilized by NAVSUP WSS in developing its acquisition/contracting strategy. It is expected that a competitive solicitation for the contemplated innovative repair support contract will be developed by NAVSUP WSS. The Government requests that non-proprietary information be submitted in response to this announcement; however, should proprietary information be submitted, it must be clearly marked as proprietary and will be handled accordingly. The Government shall not be liable in any way for proprietary information not properly identified. It should be noted that currently P-8 aircraft are used by both the U.S. Navy and the Australian Department of Defense (Australian DoD) and cooperative support arrangements are underway between the Navy and the Australian DoD. Accordingly, information made available to, and used by, the U.S. Navy as a result of this announcement, as well as any responses, may be accessible to the Australian DoD. Similarly, other U.S. allied armed forces may in the future utilize P-8 aircraft and thus may likewise have access to P-8 support information. PROGRAM BACKGROUND NAVSUP WSS is responsible for, among other things, procurement of supply support for Department of Navy aircraft, including procurement of repairs of repairable items. With the recent commencement and ongoing expansion of deployment of P-8 Poseidon maritime patrol aircraft to replace Lockheed P-3 Orion propeller-driven aircraft, NAVSUP WSS currently has sole source commercial common item repair contracts with Boeing, the P-8's Original Equipment Manufacturer (OEM) and with other OEMs for their commercial common items used on the P-8. These all require repair by Federal Aviation Regulation Part 145 repair stations, including, upon completion of a repair, issuance of an FAA Form 8130-3 Authorized Release Certificate/Airworthiness Approval Tag or Navy-approved equivalent. NAVSUP WSS believes a single competitive, more efficient commercial common repair support solution--one contract covering repair of all the OEMs' commercial common items--may be possible in the future through more direct leveraging of 737 commercial repair expertise. The P-8, however, as a commercial derivative aircraft, poses unique challenges. For example, a key challenge in the early deployment of the P-8 is commercial common item repair demand forecasting. Only 51 of a projected 124 P-8s are operational to date. Repair history is thus limited. While having many commercial common parts, the P-8 flies a military flight envelope unlike the envelope of any 737. In addition, the P-8 does not have an FAA Type Certificate; the Navy engineering community retains engineering cognizance. In addition, P-8 commercial common items undergoing repair at Part 145 repair stations may not be co-mingled with 737 commercial common items, i.e., per FAA mandate P-8 items stay in a "closed loop" with no repaired P-8 commercial common item placed on any commercial 737 airliner. (A repaired item from a commercial 737 could in theory be furnished for the P-8 under the contemplated contract--however, such item would then be added to the closed loop and not be returnable to any commercial 737. This is not optimal, however, because it would increase the size and cost of the closed loop pool of Navy-owned assets.) In light of factors such as those above, what is notionally contemplated for the future is competitive award of a repair support contract to a contractor familiar with 737 commercial repairs wherein the contractor is responsible to: -FORECAST commercial common item repair demand, using a combination of: •(i) 737 repair demand data obtained/maintained by the contractor •(ii) P-8A commercial common item repair demand history data provided by the Navy ("this is what the P-8 has experienced prior to contract award") •(iii) P-8A general, non-sensitive, flight envelope data ("this is how the P-8 flies differently from the 737") •(iv) Yearly flight hour projections provided by the Navy. -PROVIDE, using such contractor forecasting, commercial common item repair support characterized by: •(a) A parts universe comprising COTS repairable items (aircraft and possibly engine) in support of U.S. Navy, Royal Australian Air Force (RAAF), and possibly other U.S. allied armed forces •(b) Repairs exclusively performed by FAR Part 145 repair stations, including furnishing of FAA 8130-3 tag or Navy-approved equivalent as acceptance documentation •(c) Order fulfillment metrics TBD, including as short as 2 days for CONUS Issue Priority Group 1 (IPG1) requisitions (e.g., aircraft on ground situations) •(d) Wholesale inventory management to include warehousing & shipping (to CONUS & OCONUS locations, including to Australian DoD or other U.S. allied armed forces) •(e) Other supply support including, but not limited to, providing notification to NAVSUP WSS of any/all commercial 737 COTS item configuration changes and notification to NAVSUP WSS of Diminishing Manufacturing Sources & Material Shortages (DMSMS) problems/issues. •(f) Ability to fill requirements previously unidentified to the U.S. Navy supply system ("part number" requisitions) •(g) Flexibility to accept addition to contract of new items/new configurations of items •(h) Ability to accept & operate using U.S. Navy Commercial Asset Visibility (CAV) system - NAVSUP WSS will provide training if necessary •(i) Contract length TBD; likely 2-5 years (including base period and options) REQUIREMENTS FOR RESPONSES TO THIS ANNOUNCEMENT : Contractors responding are asked to: 1) Supply a one-page company profile to include company name, address, point of contact (including telephone number and email address), Small Business Administration (SBA) business size classification (i.e. large, small, small disadvantaged, service disabled, veteran owned, HUB Zone, etc.), number of employees, Cage Code, DUNS number, North American Industry Classification System (NAICS) Code, major products/services and, primary customers base. 2) Supply an interest/capabilities statement, i.e., whether your firm would be interested and have the capability to perform in accordance with the above requirements. • 3) Supply any questions or comments regarding the nature and/or feasibility of the contemplated effort. Items 1, 2, and 3 above combined shall be no more than 5 pages single-spaced, 8.5 x 11 inch pages using 12 point Times New Roman font minimum. If the company profile, interest/capabilities statement, and/or questions/comments provided contain proprietary information, please clearly mark accordingly and provide disposition instructions (submitted data will not be returned). Classified material shall not be submitted. Electronic responses shall be submitted in Microsoft Word or Portable Document Format (PDF). In addition, please clearly indicate whether questions or comments submitted may be shared publicly in the event NAVSUP WSS finds that sharing questions/comments and NAVSUP WSS responses may contribute to a successful dialogue. Please contact Debra Zaslow @ debra.zaslow@navy.mil The deadline for responses to this request is 4:30 pm, EST, Thursday, 24 March 2017. We encourage you to submit your responses earlier. Thank you! No phone calls will be accepted. In addition, NAVSUP WSS intends to have an Industry Day later in 2017 after receipt of responses. Location and times for the Industry Day will be provided at a later date.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00383/N00383-17R-RFIP8/listing.html)
 
Record
SN04395459-W 20170210/170208234320-d84ae92536c16a5a4eb65ad821893448 (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.