SOURCES SOUGHT
R -- F100 Interactive Electronic Technical Manual SYSTEM (IETMS) Sustainment Support - F100 IETMS RFI Capability Statement
- Notice Date
- 7/26/2017
- Notice Type
- Sources Sought
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- 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
- FD2030-18-30006
- Archive Date
- 8/24/2017
- Point of Contact
- Casey S Ketner, Phone: 4057346644, Jennifer L. Russ, Phone: 405-739-4135
- E-Mail Address
-
casey.ketner@us.af.mil, jennifer.russ@us.af.mil
(casey.ketner@us.af.mil, jennifer.russ@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- F100 IETMS PWS RFI Capability Statement for F100 IETMS This Request for Information (RFI) is in support of Market Research being conducted by the United States Air Force to survey a potential source capable of executing existing requirements for sustainment of Government F100-PW-220, and F100-PW-229 Turbofan Engines, Intermediate Level (I-Level) Technical Orders (TO). Deliveries shall comply with applicable military specifications and technical manual requirements for Intermediate Level maintenance Type II IETMS. This contract will include sustainment support for applicable TOs; preparation and construction of IETM-compatible Rapid Action Change (RAC) electronic files; incorporation of Time Compliance Technical Orders (TCTOs), RACs, AFTO Form 252s into Standard Generalized Markup Language (SGML), and delivery of Federal Desktop Core Configuration (FDCC) compliant TYPE II IETM builds to support distribution of scheduled IETM Revision Block Cycle Updates (BCU). The IETMS shall also include an Engine Automated Work Package (EAWP) for field support and other related support efforts IAW the attached Performance Work Statement (PWS). There is justification and approval (J&A) for sole source award of this requirement to the original equipment manufacturer (OEM) currently being reviewed for approval by Tinker Air Force Base's Competition Advocate at AFSC/PZC. These services are broken down into eight (8) specific tasks element, which are detailed in the attached PWS. The task elements are as follows: (1) IETMS Direct Delivery; (2) Development of RACs; (3) Development and Sustainment of F100 Illustrated Parts Breakdown (IPB) for 2J-F100-24 and 2J-F100-54 in PDF format; (4) Graphic conversion; (5) IETMS Direct Support of Field; (6) Travel; (7) Data; and (8) EAWP. The EAWP shall produce analyses and reports enabling maintainers, technical support personnel, and management to evaluate and analyze the difference between desired builds, most cost effective builds, achieved builds, and to accomplish fleet reliability analysis. Additionally, the EAWP shall enable work center supervisors, depot, and MAJCOM Headquarters personnel to review and analyze maintenance being performed at the unit level. IETMS shall include an integrated installation program capable of providing a complete installation on the user's computer without the requirement for network access. At this time, the Government is unable to provide an unlimited data package to any third party. The current qualified source is Pratt & Whitney Military Engines, CAGE code 52661, 400 Main St., East Hartford, CT, 06108. If the contractor cannot provide the required support without additional technical documentation, the contractor shall identify a rough order of magnitude (ROM) cost and time to produce Level II technical data IETMS packages in accordance with MIL-DTL-87268D, MIL-DTL-87269D or equivalent. For the purposes of the ROM, respondents should advise of any proprietary markings. The ROM shall not exceed ten 8.5" X 11" pages with top, bottom and side margins of 1 inch. Font Type will be Arial and Font Size will be no smaller than 11. The National American Industry Classification System (NAICS) code for this procurement action is 541660. The contracting office for this action is AFLCMC/LPK, 3001 Staff Drive, Tinker AFB, OK 73145. The Program Manager is Mr. Tim Misner, AFLCMC/LPS. The Technical Lead is Mr. Clark Christensen AFLCMC/LPS, F100/F117. The Contracting Officer is Ms. Casey Ketner, AFLCMC/LPK, 405-734-6644. The Center/MAJCOM ombudsman is Ms. Jill Willingham, AFLCMC/AQP, 1755 10th St., Bldg 572, Wright-Patterson AFB OH 45433-7630, Telephone: 312-255-5472, Fax: 937-656-7193, Email: jill.willinghamallen@us.af.mil. If any potential source has questions or concerns about this particular SSS, please direct all comments to Ms. Casey Ketner at 405-734-6644 or Ms. Annita Johnson (Buyer) at 405-734-2017. This is not a Request for Proposal (or solicitation) or an indication that a contractual commitment will exist for this requirement. The government does not intend to award a contract on the basis of this market research. No funds are currently available to fund the information solicited. This information may also be used to determine the best future acquisition strategy for potential procurements, inclusive of the need to do an Industry Day and/or Pre-solicitation Conference. As this RFI is for market research of capabilities only, there are no technical data, qualification requirements or Technical Orders to provide. The Government requests only that interested parties respond to this notice in writing using the attached instructions and spreadsheet (RFI Capabilities Matrix) in regards to IETMS sustainment. Please e-mail your response with completed matrix capabilities, perspective and interest to the following address: casey.ketner@us.af.mil. This RFI is issued solely for informational and planning purposes. No funds are available to fund the information requested. The information in this notice is current as of the publication date but is subject to change and is not binding to the Government. Oral submissions of information are not acceptable. Contractors/Institutions responding to this market research are placed on notice that participation in this survey may not ensure participation in future solicitations or contract awards. The government will not reimburse participants for any expenses associated with their participation in this survey. This RFI will be posted for 14 days. All responses must be received no later than close of business on 9 Aug 2017. Provide any recommendations and/or concerns. Responses and/or questions to this synopsis will be posted through FBO. Respond (along with the requested information) directly to: casey.ketner@us.af.mil Attachments: 1) F100-PW-220/220E/229 Type II IETMS Performance Work Statement 2) RFI Contractor Capability Statement for F100-PW-220/220E/229 Type II IETMS
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FD2030-18-30006/listing.html)
- Place of Performance
- Address: Contractor Facility - TBD, United States
- Record
- SN04598708-W 20170728/170726231706-c5637365c6726477db9761d6b344db75 (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 |