Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 28, 2018 FBO #5941
MODIFICATION

J -- J85 Intermediate Level Maintenance Program

Notice Date
2/26/2018
 
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
 
Response Due
11/1/2017 3:00:00 PM
 
Point of Contact
Carrie Williams, Phone: 4057398572, Rachel Gordon, Phone: 4057393626
 
E-Mail Address
carrie.williams.7@us.af.mil, rachel.gordon.1@us.af.mil
(carrie.williams.7@us.af.mil, rachel.gordon.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Purpose: A formal Industry Day telecom will be held on Wednesday, February 28, 2018 at 9:00AM CST to update industry on the major changes to the J85 Intermediate Level Engine Regional Repair Center (ERRC) contract prior to release of the Request For Proposal (RFP). An update will be made to this announcement to provide interested parties with the call in number to participate in this discussion. DISCUSSION: An Aug 18 contract award is still viable; however, the potential exists for a slip in the schedule. If there is a delay in the follow-on contract award, it is expected to be minimal. However, the slip in schedule may result in a delay between contract award date and contract effective date. The Government recognizes that this delay may be sufficient to give Contractors the ability to obtain the requisite equipment and test cell to stand up the engine repair line at their own facility, rather than the previous requirement to begin work at Laughlin AFB, TX. The following information, along with the attached power point presentation summarizes the changes that have been made to the RFP. This information will be discussed in further detail during the Industry Day. Requisitioning Materiel: Regardless of where the J85 workload is performed, FY19 materiel requirements to support the J85 repair line will be funded in a specific manner that cannot be changed until the end of FY19. This will require the follow-on contractor to maintain minimal presence on LAFB until 30 Sep 19 to order/process engine materiel requirements via the Standard Base Supply System (SBSS). On 1 Oct 19, the contractor will begin requisitioning materiel from CAV-AF, for AF-managed repairable parts and from FedMall, for DLA-managed parts Engine Production: Extensive market research indicates performing the J85 workload at a contractor-owned facility creates a competitive environment amongst experienced engine Maintenance, Repair, and Overhaul (MRO) contractors. The RFP allows interested vendors the option of initiating J85 engine repair at LAFB and/or standing up the engine repair line at their own facility. Ultimately, the contract awardee will be required to stand up production operations at their facility independent of the LAFB facility. Due to this change, the RFP will have two separate pricing matrices. Offerors will choose which matrix to use based on their proposed approach for engine production. Transition Plans: All offeror's transition approach will be carefully evaluated by the Source Selection (SS) team. For contractors starting engine production at LAFB, the following apply: If the contractor plans to start engine production at LAFB and transition to their facility, they will be required to provide two Transition Plans (in/out of LAFB), IAW PWS para 1.2, the Contractor shall provide a plan to transition into LAFB to the Procurement Contracting Officer/Administrative Contracting Officer (PCO/ACO) No Later Than (NLT) 10 calendar days after contract award, IAW PWS para 1.2.1, for Transition Plan I, the Contractor shall include a detailed milestone-based schedule to show how the contractor shall meet an established Initial Operating Capability (IOC), defined as 25 serviceable engines produced/month within four (4) months after contract effective date, IAW PWS para 1.3 for Transition Plan II(A), the Contractor shall provide a plan to relocate operations from LAFB to the contractor's facility to the PCO/ACO NLT 120 calendar days prior to relocation. IAW Transition Plan II(A), the contractor shall provide a milestone-based schedule how the contractor shall reach Full Operational Capability (FOC), defined as at least 25 engines produced/month within one (1) month after relocation. For contractors standing up the engine repair line at their facility immediately upon expiration of the extension, the following apply : The contractor will need to provide a plan under Transition Plan II(B), IAW PWS Para 1.3, the Contractor shall provide a plan to relocate operations to the contractor's facility to the PCO/ACO NLT 10 calendar days after contract award. For Transition Plan II(B), IAW PWS para 1.3.2, The contractor shall provide a milestone-based schedule how the contractor shall reach IOC, defined as 25 serviceable engines produced/month within four (4) months after contract effective date. Test Cell Capability: IAW PWS Table 2.1 SS-10, for (Transition Plan II(A), the Contractor shall establish J85 test cell capability 30 days prior to relocation to contractor facility or for (Transition Plan II(B) within four months of the effective date of the contract. Support Equipment: An additional list of J85 support equipment will be available as Government Furnished Equipment (GFE) upon expiration of the Columbus Air Force Base J85 I-Level mission (Oct 19), the list will be provided in the final RFP.
 
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
 
Record
SN04835266-W 20180228/180226231636-d42bd0833565cca6fc0283862a90bc00 (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.