SOLICITATION NOTICE
17 -- Power Take-Off (PTO) Shaft PBL
- Notice Date
- 1/3/2018
- Notice Type
- Presolicitation
- NAICS
- 336412
— Aircraft Engine and Engine Parts Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFLCMC / AFSC / AFNWC - HILL AFB, ., Hill AFB, Utah, 84056, United States
- ZIP Code
- 84056
- Solicitation Number
- FA825118R0010
- Archive Date
- 2/2/2018
- Point of Contact
- Cameron Korth, Phone: 8017755306
- E-Mail Address
-
cameron.korth@us.af.mil
(cameron.korth@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- 1. NOTICE: This is not a solicitation but rather a Sources Sought Synopsis to determine potential sources for information and planning purposes only. The Government intends to solicit and negotiate with only one source under the authority of FAR 6.302-1. There is only one responsible source and no other suppliers or services will satisfy the agency requirements, under the authority of 10 U.S.C. 2304(c)(1). 1.1 The purpose of this Sources Sought Synopsis is to conduct additional market research and to synopsize the requirement prior to solicitation. The purpose of this Source Sought Synopsis is to determine if responsible sources exist, to assist in determining if this effort can be competitive and/or a total Small Business Set-Aside. The proposed North American Industry Classification Systems (NAICS) Code is 336412 which has a corresponding Size standard of 1,500 employees. The Government will use this information to determine the best acquisition strategy for this procurement. The Government is interested in all small businesses to include 8(a), Service-Disabled Veteran-Owned, Hubzone, and Women-Owned small business concerns. 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 services offered to the Government and to commercial customers for the past three 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. 2. Program Details: The Government is preparing to issue a Performance Based Logistics contract to provide for supply of Secondary Power System (SPS) - Power Take Off (PTO) shafts to support F-15, F16, B1-B and B-2 weapon Platforms with five total shafts. This effort is for repair and/or acquisition of PTO Shafts and B-1B Crossover Shaft to support the Secondary Power Systems (SPS) of the B-1B, B-2, F-15, and F-16. There is a potential for this requirement to include F-22 support as well. This effort will be accomplished through a Performance Based Logistics (PBL) type contract. The goal is to improve the material/component parts availability, delivery, quality, cost savings and increase reliability of PTO Shafts. This PBL effort is applicable to, but not limited to, PTO Shafts for the following aircrafts: B-1, B-2, F-15, F-16, and potentially the F-22. The PTO and Crossover Shafts are components of the B-1, B-2, F-15, F-16, and potentially the F-22 SPS. The PTO Shafts are used to transfer power between the SPS to the aircraft main engines. The B-1B Crossover Shaft transfers power from the Auxiliary Power Unit (APU) to the Right Hand Auxiliary Drive Gearbox (RHADG) of the B-1B SPS. The B-2 Power Take-off Shaft (PTS) transfers power between the B-2 AMAD (Aircraft Mounted Accessory Drive) and the aircraft main engine. Repair/manufacture of the Shafts must comply with the respective drawings and specifications: T.O. 2JA5-18-2, B-1 PTO and Crossover shafts- T.O. 9H6-5-12-3, F-15 PTO- T.O. 9H6-5-13-3, 9H6-5-13-4, F-16 PTO- T.O. 16G5-5-4-3, B-2 PTO Shafts- TM/WI F-22-OO-004, Work Instructions F-22 Power Take off Shaft A central tenant of PBL is a contractor who is responsible for all performance outcomes. The contractor must have the necessary design, manufacturing, production, and process data capable to provide the performance outcomes, predetermined levels of availability (e.g. delivery within 2-4 days CONUS, 5 days OCONUS, etc.), reliability increases from technology insertion, and engineering for design changes. The essence of this PBL is buying performance outcomes, not the individual parts and repair actions. Instead of buying set levels of spares, repairs, tools, and data, the new focus is on buying predetermined level of availability and increased performance of the PTO Shafts to meet the warfighters objectives. The success of this PBL concept is based on the contractors efforts such as (to name a few), building a better system, modifying an existing system, improving the logistic support organization, spares optimization, etc. Applicable NSNs are:B1B Shafts; 2835-01-537-3778 and 2835-01-181-4168 F-15 PTO Shafts; 2835-01-522-8015 F-16 PTO Shaft; 2835-01-115-6111 B-2 PTO Shaft; 3040-01-446-1774FW (P/N: 19E252-8A)F-22 PTO Shaft; 3040-01-486-9842FR (P/N: SRV90004-205)Noun: Power Take-Off (PTO) Shaft Potential Systems: B-1, F-15, and F-16, B-2, F-22NAICS code: 336412 The existing SPS PTO designs are proprietary of Goodrich Corp. Cage 99511, Rome NY. Solicitation is anticipated to be in the January/February 2018 timeframe. The proposed contract action is for supplies for 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 capabilities to respond to the requirements or submit proposals. This notice is not the request for competitive proposals. This will be a 5 year Performance Based Logistics Requirements contract with 1 additional option period of 5 year. Award will be made only if the offeror, the product/service, or the manufacturer meets qualification requirements at the time of award in accordance with FAR clause 52.209-1. Currently (Goodrich Corp. Cage 99511, Rome NY) is the only qualified contractor. The existing SPS PTO designs are proprietary of Goodrich. Additional information can be obtained concerning qualification requirements by contacting: Cameron Korth, Contracting Officer: 801-777-4123, cameron.korth@us.af.mil Contracting Office Address: DEPARTMENT OF THE AIR FORCE; AFSC PZABB;6050 GUM LANE BLDG 1215; HILL AIR FORCE BASE; UT; 84056
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FA825118R0010/listing.html)
- Place of Performance
- Address: Hill AFB, Utah, 84056, United States
- Zip Code: 84056
- Zip Code: 84056
- Record
- SN04779582-W 20180105/180103230757-f346684e624ed144de7edbc295cdde12 (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 |