MODIFICATION
J -- J85 Intermediate Level Maintenance Program
- Notice Date
- 8/15/2017
- Notice Type
- Modification/Amendment
- 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
- J85_ERRC
- Point of Contact
- Carrie Williams, Phone: 4057398572, Kristi Hanna, Phone: 405-734-6528
- E-Mail Address
-
carrie.williams.7@us.af.mil, kristi.hanna@us.af.mil
(carrie.williams.7@us.af.mil, kristi.hanna@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- J85 Engine Repair Center Request for Information (RFI) - 15 August 2017 (One-on-One Telecom Sessions) Tinker Air Force Base is requesting additional information from industry for the J85 Intermediate Level Maintenance acquisition strategy. Individual one-on-one telecom sessions will be provided on Thursday, 17 Aug 17 between the hours of 8:00am to 4:30pm CST. During this event, interested vendors will have telecom one-on-one discussion by appointment only, lasting NO MORE than 60 minutes. This event is intended to discuss the specific questions included in this announcement. Please review these questions to provide responses during the individual telecom session. If you are unable to attend an individual one-on-one telecom session and would like to provide the Government with a response to these questions, please submit written responses to Ms. Carrie Williams at carrie.williams.7@us.af.mil and Ms. Kristi Hanna at kristi.hanna@us.af.mil by 12:00 CST Friday, 25 Aug 17. Telecom Registration: Interested participants in an individual one-on-one telecom need to submit their request to Ms. Carrie Williams at carrie.williams.7@us.af.mil and Ms. Kristi Hanna at kristi.hanna@us.af.mil by 3:00pm CST on Wednesday, 16 Aug 17. In the request please include the following information: 17 AUG 17, J85 Industry Telecom Registration Form: Company Name: ___________________________________ Company Address: _________________________________ Business Designation (Large, Small):___________________ Cage Code: _______________________________________ DUNs Number: ____________________________________ Point of Contact: ___________________________________ Telephone: _______________________________________ Fax: ____________________________________________ Email: ___________________________________________ Current J85 Contract Number(s) (if applicable______________________________________________________________ Attendee(s). Provide full name (last name, first name, middle name, and any pre-fix / suffix) information for all attendees: Name ___________________________________________ Position _________________________________________ General Information As more information is made available it will be posted as an update to this announcement. This announcement is not a contract, not a Request For Proposal, not a promise to contract, nor a commitment of any kind on the part of the Government. In the previous RFIs, questions regarding performance incentives related to improving reliability were asked. The Air Force is seeking additional feedback to support the inclusion of performance metrics related to improving reliability for the J85 Engine program. New information since the last RFI includes: •· Additional Background Information •· Draft PWS Services Summary •· Calculation of the MTBR Metric •· Removal of Performance Incentive Background While there has not been a formal decision on the acquisition strategy, the Government is considering a 2 month transition period with 12 months of performance at Laughlin Air Force Base (LAFB) and the remaining contract performance at the contractor's facility. In pursuit of reliability improvements for the J85 Engine fleet, the USAF has invested in the development of a Reliability Centered Maintenance (RCM) tool, which will be available for use in 2018. Future I-Level+ Mx contractors may also opt to utilize vendor implemented RCM tools. The J85 Engine Program Office has initiated actions to improve reliability on several components which have contributed to engine removals. The Program Office has identified there are 5 Line Replaceable Units (LRU) reliability improvement initiatives which are: 1. J85-5 Variable Power Unit (VPU) - Government purchase of new retrofit kits to convert P110 version to P112, 50% of upgrades completed 2. J85-5 AB Igniter Plug, completion % unknown due to item not tracked 3. J85-5 Main Fuel Pump (MFP) 84% of upgrades completed 4. J85-5 / J85-21 Afterburner Fuel Control (ABFC) 0% completed, estimated start date Oct 2017 5. J85-5 / J85-21 Main Fuel Control (MFC) 0% completed, estimated start date Nov 2017 1. Draft PWS Services Summary Synopsis: OBJECTIVE THRESHOLD SS-1: The Contractor shall provide to the PCO a finalized Transition Phase-In/Relocation Plan for Government acceptance/approval to support the requirements of this PWS: - 10 calendar days after contract award for transition to LAFB - NLT 120 days prior to relocation to contractor facility The Contractor shall provide required plans within established guidelines in the PWS with no more than 10% error in transition plan milestones. SS-2: The Contractor shall produce engines in serviceable condition IAW the established Turn Around Time TAT The Contractor shall produce no greater than 5% of end items exceeding TAT. Induction must occur no less than 5 working days after receipt of the order and the reparable asset. Delivery is required 30 working days following induction of each asset. SS-3: The Contractor shall ensure total low time removals are minimized For the basic period and any option exercised, the Contractor total low time removals (defined as engine removal under 50 hours of operation not attributed to LRU failure) shall not exceed 2% for all engines produced SS-4: The Contractor shall investigate all Product Quality Deficiency Reports (PQDR) and Engineering Investigations (EI) in accordance with TO 00-35D-54. The Contractor shall complete 90% of investigations within the following timelines: 15 calendar days from receipt of asset for Category I Mishap, 30 calendar days from receipt of asset for Category II Mishap, 20 calendar days from receipt of asset for Category I DR, and 30 calendar days from receipt of asset for Category II DR. SS-5: The Contractor shall ensure total quality deficiencies for workmanship for whole engines operating over 50 EFH time on wing shall not exceed 2% of all engines produced. For the basic period and any option exercised, the Contractor total quality deficiencies determined to be workmanship after an Engineering Investigation for whole engines operating longer than 50 EFH time on wing, shall not exceed 2% of all engines produced. Note: Contractor responsible to warranty workmanship deficiencies under 50 EFH time on wing. SS-6: The Contractor shall prepare and submit accurate data deliverables and submit in a timely manner. The Contractor shall report no more than one document late per quarter with no document received later than five (5) working days. The Contractor shall submit no more than two reports that require more than two corrections per report per quarter. SS-7: The Contractor shall have and maintain a program management structure to accomplish administrative planning, coordination of program requirements, and to optimize workflow by organizing, directing, and controlling actions. The Contractor shall receive no more than two (2) MAJCOM or Program Office customer complaints validated by PCO or ACO per quarter. DCMA/COR Level 1 and 2 Corrective Action Reports (CARs) will not be counted as customer complaints. Only DCMA/COR Level 3 and 4 CARs will be counted as customer complaints. SS-8: The Contractor shall improve MTBR. The Contractor shall improve MTBR by no less than 3%, for engines last maintained by the contractor. The baseline is established at the end of year 3. Evaluation will be calculated at the end of years 4 thru 8 against the original baseline. The 3% is evaluated cumulatively for years 4 thru 8 for a total of 15% from the year 3 baseline. Note: See calculation note below in Para. 2. MTBR SS-9: Contractor shall ensure all Not Repaired This Station (NRTS) LRUs being shipped to AF IM are properly prepared for shipment The Contractor shall ensure NLT 98% of all LRUs shipped from the I-Level Maintenance facility are complete, properly identified, tagged and packaged 2. MTBR: SS-8 Note : Current MTBR is 200 hours (based off of actuarial data). The USAF Calculates MTBR IAW AFMAN 20-116 Pg. 65, Section 8.4. MTBR is defined as: MTBR = EFH fleet ÷ # removals. Definitions: EFH Fleet = only the engines that the repair contractor has last maintained. Removals= only the engines that the repair contractor has last maintained (not including FOD). Baseline will be established at the end of year 3, based on the most recent 6 quarter average. The metric to be measured at the end of year 4 will be based on the most recent 6 quarter average. The metric will be the calculated percentage difference between the baseline and evaluated metric at the end of year 4. (Year 4 / Year 3 Baseline). For each of the successive years, the calculated percentage difference will be calculated against the Year 3 Baseline. Evaluation will be calculated at the end of years 4 thru 8 against the original baseline. The 3% is evaluated cumulatively for years 4 thru 8 for a total of 15% from the year 3 baseline. A notional MTBR calculation schedule predicated upon maintenance performance beginning on 1 Oct 18 follows: Year 3 baseline: Oct 21 (established based on most recent 6 quarter average: Apr 20 - Sep 21) Year 4 evaluation: Oct 22 (most recent 6 quarter average: Apr 21 - Sep 22) 3% MTBR increase over baseline Year 5 evaluation: Oct 23 (most recent 6 quarter average: Apr 22 - Sep 23) 6% MTBR increase over baseline Year 6 evaluation: Oct 24 (most recent 6 quarter average: Apr 23 - Sep 24) 9% MTBR increase over baseline Year 7 evaluation: Oct 25 (most recent 6 quarter average: Apr 24 - Sep 25) 12% MTBR increase over baseline Year 8 evaluation: Oct 26 (most recent 6 quarter average: Apr 25 - Sep 26) 15% MTBR increase over baseline 3. Incentive Options: For the incentive options, the Government is considering a five-year base period with 3 one-year options. The evaluation for these incentive option periods will start at the end of the 3 rd year of performance of the base period. To earn the incentive option years it is anticipated that the following performance must be met to earn the inventive option period: Contractor must have a satisfactory or greater CPARS in all evaluated categories. CPARS will include evaluation of metrics in the PWS Services Summary Table. Preliminary metrics included in Services Summary Table above. MTBR metric (SS-8) will not be evaluated as part of the CPARS in year 3 to earn incentive option I. RFI Questions Please review these questions to provide responses for the individual telecom session. •1. The Government recognizes some previous RFI responses expressed concerns about material for which the contractor will not repair or provide. However, the revised MTBR calculation establishes a baseline in year 3. This takes into account consumable and LRU failures which drive engine removals as part of the baseline. The Government believes that this will provide the offerors with a level playing field. Based on the RFI feedback, the Government has revised MTBR metric (SS-8) as outlined in Para. 1 and Para. 2 above. a. Based on the revisions, do you believe establishing a baseline at year 3 provides sufficient time and data to derive a baseline based on engines last maintained by offeror? If not, please explain and provide alternative recommendation. b. Based on the revisions using only engines last maintained by the offeror, is the 3% increase in MTBR per year achievable starting in year 4? If not, please explain and provide alternative recommendation. c. Based on the revisions using only engines last maintained by the offeror, is the cumulative increase of 3% MTBR per year for a total of 15% MTBR for years 4 thru 8 achievable? If not, please explain and provide alternative recommendation. •2. Based on RFI feedback and other information, the PWS Services Summary in Para. 1 above has been revised. a. Based on the revisions, does accounting for the exclusion of LRU failures in the SS-3 (low time removals) make this a viable metric? If not, please explain and provide what alternative should be considered. b. Excluding SS-3 and SS-8, do you believe the remaining metrics are achievable? If not, please explain and provide what alternative metrics should be considered. •3. The draft Qualification Requirements (QR) package for this effort were published with previous RFI (posted 31 Jul 17). Projected date of final QR package is expected to be posted in the next 30-60 days. a. Has your company reviewed the draft QR package? If so, do you have any questions? If not, please explain. b. Do you have a target submission date based on the expected final QR package publish date? If so, what is it? •4. Based on the revisions included in this RFI and the previously published draft QR package please answer the following questions. a. Is your company interested in submitting a proposal to the Government when the formal RFP is released? If not, please explain. b. Does your company plan on partnering with another company for this requirement (including joint ventures, prime/sub relationships, etc.)? If so, will your company be the prime? Government Contracting Office Address: AFLCMC/LPK, Building 3001, 3001 Staff Drive, STE 2AA-103C Tinker AFB, Oklahoma 73145-3001 United States Primary Point of Contact: Carrie Williams, carrie.williams.7@us.af.mil Phone 405-739-8572.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/J85_ERRC/listing.html)
- Place of Performance
- Address: Tinker, Oklahoma, 73145, United States
- Zip Code: 73145
- Zip Code: 73145
- Record
- SN04628967-W 20170817/170815231831-97006a8f5f5c7c05fbdc20df7c4d9922 (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 |