SOLICITATION NOTICE
J -- ASPIRE AE 3007H (F137) ENGINE SUSTAINMENT - Combined Synopsis/Solicitation
- Notice Date
- 11/6/2017
- Notice Type
- Combined Synopsis/Solicitation
- 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
- FA8124-18-R-0004
- Archive Date
- 1/18/2018
- Point of Contact
- Casey S Ketner, Phone: 405-734-6644, Lisa Turner, Phone: 405-734-6582
- E-Mail Address
-
casey.ketner@us.af.mil, lisa.turner.5@us.af.mil
(casey.ketner@us.af.mil, lisa.turner.5@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- ASPIRE AE 3007H MRO Performance Work Statement FA8124-18-R-0004 SF 1449 Solicitation - ASPIRE AE 3007H MRO FA8124-18-R-0004 ASPIRE AE 3007H MRO Combined Synopsis/Solicitation COMBINED SYNOPSIS/SOLICITATION IAW FAR 12.603 SOLICITATION NUMBER: FA8124-18-R-0004 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Proposal (RFP), for a firm-fixed price (FFP) type contract. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisitions Circular 2005-95. All responsible sources may submit a quotation in response to this solicitation, which shall be considered. A contract may be awarded resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and is most advantageous to the Government. A Justification & Approval for sole-source acquisition IAW FAR 6.302-1(b)(2), Only One Responsible Source - Limited Rights in Technical Data, has been approved for this requirement. The intended offeror for this acquisition is the Original Equipment Manufacturer of the AE3007H Engine, Rolls-Royce Corporation (Cage Code: 63005), on the basis of limited rights in technical data. The Air Force Life Cycle Management Center (AFMC/AFLCMC) at Tinker Air Force Base, Oklahoma, intends to award one firm fixed price indefinite-delivery-indefinite-quantity (IDIQ) contract for the acquisition of item(s) listed below. All responsible sources may submit a quotation which shall be considered by the agency. The Government intends to select one contractor; however, the Government reserves the right to award no contract at all, depending on the quality of the proposals/quotes, prices submitted, and the availability of funds. A 6-year firm-fixed price (FFP), indefinite-delivery, indefinite-quantity (IDIQ) contract consisting of a 3-year base period, one 2-year option, and one 1-year option is contemplated. Proposal Due Date: 03 January 2018, 3:00 pm CST Description: ASPIRE Global Hawk (GH) and Triton AE 3007H Engines MRO and Sustainment These supplies and services are in the form of support and sustainment activities required for the maintenance, repair, and overhaul (MRO) of the AE 3007H engine system, subsystems, and components that are proprietary to RRC. These services include engine depot operations, overhauls and repairs, material management, sustaining engineering, program management, specialized repair of line replaceable units, and technical data. Additional services may include identification of requirements, development and delivery of training, training materials, testing parameters, test procedures, source data (Part Number, Reliability, etc.), repair and maintenance manuals, peculiar support equipment (PSE), special tooling (ST) and other resources necessary to establish and operate a depot maintenance facility at Oklahoma City Air Logistics Complex (OC-ALC). There are no known corporate contracts that support AE 3007H propulsion peculiar items. Line Items (Also see attached schedule): CLIN 0001: USAF Program Management CLIN 0002: USAF Authorized Military Overhaul Facility (AMOF) License CLIN 0003: USAF Scheduled Maintenance, Repair & Overhaul (MRO) at OC-ALC CLIN 0004: USAF Unscheduled Engine Removal (UER) Repairs CLIN 0005: USAF Modification (Placeholder) CLIN 0006: USAF Engine ACI Repair CLIN 0007: USAF Sustaining Engineering Planned Tasks CLIN 0008: USAF Sustaining Engineering Unplanned Tasks CLIN 0009: USAF Configuration Audit CLIN 0010: Surge Support CLIN 0011: USAF Over & Above CLIN 0012: USAF Travel - Per Joint Travel Regulations (JTR) CLIN 0013: USN Maintenance, Repair & Overhaul (MRO) at OC-ALC CLIN 0014: USN Unscheduled Engine Removal (UER) Repairs CLIN 0015: USN Modification CLIN 0016: USN Engine ACI Repair CLIN 0017: USN Sustaining Engineering Planned Tasks CLIN 0018: USN Sustaining Engineering Unplanned Tasks CLIN 0019: USN Over & Above CLIN 0020: USN Travel - Per JTR CLIN 0021: USN Depot Activation CLIN 0022: Data (Not Separately Priced) Contract Award Dollar Amount: $420,000,000.00 Estimated Contract Award Date: 01 July 2018 Period of Performance: 01 July 2018 - 30 June 2024 Approved Sources/Set-Aside: Rolls- Royce Corporation (Cage Code: 63005) Contracting Office Address: 3001 Staff Drive, Post 2AA2103C Tinker AFB, OK 73145 United States 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 the source of the concern. The Ombudsman does not participate in the evaluation of proposals or any 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 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 their requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within sixty days (thirty days if award is being issued under an existing basic ordering agreement) after date 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). To request complete solicitation package, please contact the PCO, Casey Ketner, at 405-734-6644 or casey.ketner@us.af.mil..
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA8124-18-R-0004/listing.html)
- Place of Performance
- Address: Oklahoma City - Air Logistics Center, 3001 Staff Dr./S. Douglas Blvd., Oklahoma City, Oklahoma, 73130, United States
- Zip Code: 73130
- Zip Code: 73130
- Record
- SN04732340-W 20171108/171106230934-7650f5ed9100a45887e818f1765c4b3f (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 |