SOLICITATION NOTICE
R -- F100 Interactive Electronic Technical Manuals
- Notice Date
- 4/20/2018
- Notice Type
- Presolicitation
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFLCMC/PK - WPAFB (includes PZ, WL, WW, WI, WN, WK, LP, WF, WK), 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218, United States
- ZIP Code
- 45433-7218
- Solicitation Number
- FA8124-18-R-0006
- Point of Contact
- Casey Ketner, Phone: 405-734-6644
- E-Mail Address
-
casey.ketner@us.af.mil
(casey.ketner@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- The United States Air Force (AF) at Oklahoma City AF Life Cycle Management Center, Tinker AFB is contemplating a contract for the preparation and sustainment of United States Air Force (USAF) format Technical Orders (TO) to support USAF Models F100-PW-220/220E/229 Interactive Electronic Technical Manual System (IETMS) intermediate engines and equipment from Pratt & Whitney Military Engines. Tasks include: technical writing, illustrating, and research requirements, including ensuring accuracy, adequacy compatibility, and suitability for USAF use to maintain technical integrity, analysis of modification data, and evaluation of Air Force Technical Order (AFTO) Form 252s (Publication Change Request), necessary to develop new TOs or change/revise TOs to support F100 engines. Services shall also include TO status and schedules, conference attendance/support, and cost analysis determination. This is anticipated to be a sole source effort to Pratt & Whitney located at 400 Main Street, East Hartford, CT 06108-0968, Cage Code: 52661. 1. Synopsis issue/closing date: 23 Apr 2018 - 23 May 2018 2. Estimated solicitation issue date: 24 May 2018 3. RFQ#: FA8124-18-R-0006 4. PR#: Not Applicable 5. Nomenclature/Noun: Interactive Electronic Technical Manuals 6. RMC: Not Applicable 7. History: Previous contract awarded on 26 June 2013, Contract #FA8124-13-D-0003 8. NAICS: 541990 9. Duration of the contract period: 5 years 10 The anticipated award date: 1 Jul 2018 CLIN 0001 IETMS Direct Delivery Descriptive Data: The contractor shall deliver the current IETMS configuration. The contractor shall provide a BCU DVD-ROM on a single DVD-ROM or set of DVD-ROM (1 original and two copies) Inspection: Destination Acceptance: Destination FOB: Destination CLIN 0002 DEVELOPMENT OF RAPID ACTION CHANGES (RAC) Descriptive Data: RACs are urgent changes that cannot wait 90 calendar days to be delivered as part of the schedule IETMs revision. Inspection: Destination Acceptance: Destination FOB: Destination CLIN 0003 DEVELOPMENT AND SUSTAINMENT OF F100 ILLUSTRATED PARTS BREAKDOWN (IPB) 2J-F100-24 AND 2J-F100-54 IN PDF FORMAT. Descriptive data: Contractor shall provide PDF IPBs (2J-F100-24 and 2J-F100-54) authored in Technical Manual Specification & Standards (TMSS) compliant SGML using AF content specified DTDs. Inspection: Destination Acceptance: Destination FOB: Destination CLIN 0004 GRAPHIC CONVERSION Descriptive data: The contractor shall supply the most current graphic files for F220 and F229 for conversion (as necessary). Inspection: Destination Acceptance: Destination FOB: Destination CLIN 0005 IETMS DIRECT SUPPORT OF FIELD Descriptive data: The contractor shall provide IETMS support. The contractor provides contractor personnel for instruction and technical IETMS support, to include installation, work situation setups, tool conversions, troubleshooting, and technical interchange meetings to the USAF. Inspection: Destination Acceptance: Destination FOB: Destination CLIN 0006 TRAVEL Descriptive data: The contractor shall travel in support of PWS requirements upon direction by the PCO. Inspection: Destination Acceptance: Destination FOB: Destination CLIN 0007 DATA Contract Type: Not Separately Priced (NSP) Descriptive Data: The contractor shall deliver data in accordance with the Contract Data Requirements Lists (CDRLs), DD Form 1423 as listed in Section J of this contract. This CLIN is Not Separately Priced (NSP). Inspection: Destination Acceptance: Destination FOB: Destination CLIN 0008 ENGINE AUTOMATED WORK PACKAGE Descriptive Data: The contractor shall provide an EAWP for CDs 2J-F100-1-CD-6 and 2J-F100-1-CD-7. Inspection: Destination Acceptance: Destination FOB: Destination 12. Mandatory Language: The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within forty-five days (thirty days if award is issued under an existing basic ordering agreement) after date of publication 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. This pre-solicitation synopsis is for a firm fixed price requirements type contract. The following 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 the solicitation, which shall be considered. A contract may be awarded resulting from the 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 F100 IETMS System, United Technologies Corporation; DBA: Pratt & Whitney (Cage Code: 52661), 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 requirements 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." 13. Based upon market research, the Government is not using the policies contained in Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested persons may identify to the contracting officer their interest and capability to satisfy the Government's requirement with a commercial item within 15 days of this notice. 14. Contracting Officer name, phone#, and email address Casey Ketner, Contracting Officer Propulsion Sustainment Contracting Section AFLCMC/LPK Phone 405-734-6644 15. Other information Electronic procedure will be used for this solicitation. Interested persons may identify their interest and capabilities to respond to the requirement or submit a proposal once the official solicitation is issued.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8124-18-R-0006/listing.html)
- Record
- SN04896188-W 20180422/180420230558-0e02e405c37f06c966fcf40a022a8d59 (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 |