Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 27, 2019 SAM #6572
SOURCES SOUGHT

99 -- AFICC - J85 Centralized Repair Facility (CRF)

Notice Date
11/25/2019 7:53:15 AM
 
Notice Type
Sources Sought
 
NAICS
336412 — Aircraft Engine and Engine Parts Manufacturing
 
Contracting Office
FA3002 338 SCONS CC RANDOLPH AFB TX 78150 USA
 
ZIP Code
78150
 
Solicitation Number
AFICC_J85CRF20191125
 
Response Due
1/6/2020 12:00:00 PM
 
Archive Date
01/21/2020
 
Point of Contact
Andrea M. Haynes, Waid R. Harper
 
E-Mail Address
andrea.haynes.3@us.af.mil, waid.harper@us.af.mil
(andrea.haynes.3@us.af.mil, waid.harper@us.af.mil)
 
Description
REQUEST FOR INFORMATION (RFI)J85 Engine Centralized Repair Facility (CRF), Laughlin AFB, TXThis RFI is issued solely for information and planning purposes. In accordance with (IAW) FAR 15.201(e) and FAR 52.215-3, responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. This RFI does not commit the Government to contract for any supply or service whatsoever. Your response to this RFI will be treated as information only and will not be used as a proposal. No entitlement to payment, of direct or indirect costs, or charges to the Government will arise as a result of a contractor's submission of a response to this announcement or the Government's use of such information. The information provided may be used by the Government in developing its acquisition strategy and statement of work/statement of objectives and performance specifications. Interested parties are responsible for marking proprietary or competition sensitive information contained within their response. Not responding to the RFI does not preclude participation in future solicitations, if any. The information provided in this RFI is subject to change and does not bind the Government. The Government does not intend to issue a solicitation based on this RFI. The information sought in this RFI includes the North American Industry Classification System (NAICS) Code 336412, Aircraft Engine and Engine Parts Manufacturing, with a small business size standard of 1,500 employees.SUMMARY: AFICC 338 SCONS/PKC is conducting market research to gather information on the availability of qualified sources to provide support on J85 Engine Intermediate Maintenance (JEIM) and associated equipment maintenance IAW the draft Performance Word Statement (PWS).DESCRIPTION OF SERVICES: This requirement is to perform Intermediate Level (I-Level) maintenance operations and serviceable ready to install J85 engines in support of the Air Education and Training Command’s (AETC) Undergraduate Pilot Training (UPT), Specialized Undergraduate Pilot Training (SUPT), Euro NATO Joint Jet Pilot Training (ENJJPT), Pilot Instructor Training (PIT), and Introduction to Fighter Fundamentals (IFF) missions. The CRF provides JEIM I-Level support to the Navy Patuxent River (Navy PAX River) Naval Air Station (NAS), MD, as well as compressor rotor grinding to the National Aeronautics and Space Administration (NASA).The anticipated total period of performance will be structured with a mobilization period, and then a 12-month base with up to 4 one-year option periods.RESPONSE FORMAT: Please provide answers for each of the following questions, utilizing the existing numbering scheme for each response and limiting your total response for this RFI to no more than 20 pages. All interested parties are invited to provide the following information: Company Name, CAGE code and DUNS code Mailing Address Point of Contact (to include phone/fax and e-mail) Website URL, if applicable State if your company is SAM registered under NAICS code 336412 or not State whether your firm is registered to do business with the government as a Small Business or as an Other Than Small Business under NAICS 336412. If your firm is registered as a Small Business, please provide any additional SBA Socioeconomic certifications (e.g., Women Owned Small Business, Veteran Owned Small Business, Service Disabled Veteran Owned, HUBZone, etc.). Describe your company’s capabilities and experience to meet the technical requirements described in the attached draft PWS, as well as the following questions: Has your company provided aircraft, engine, or other related maintenance services in accordance with AFI 21-101 and applicable technical data specifications? What is your company's history with repair of jet engines (specifically, afterburning turbojet engines)? When was this type of repair last accomplished? Does your company have the National Aerospace and Defense Contractors Accreditation Program (NADCAP) certification? In the event your company is required to create a weekly transportation schedule and provide transportation of all J85 engines identified for I-Level maintenance to/from each customer under Air Force guidelines TO 00-85-20 and 2J-1-18, what challenges might you foresee? Does your company have proven processes to potentially improve turnaround time and/or reliability of available AF spare engines? Is your company able to utilize a Government Reliability Centered Maintenance optimization tool to determine engine builds? Is your company able to implement surge production to meet required contract performance levels? What is your company’s suggested timeframe for a transition/mobility period? Describe your company's past experience and provide examples of previous projects similar in scope (nature/type of work/services to be provided in the draft PWS), magnitude (contract size), and complexity to this requirement. Include contract numbers, a brief description of the work performed, period of performance, and agency/organization supported. Given the geographic location for performance of services (Laughlin AFB, Del Rio, TX), describe your company’s ability/experience to recruit and retain qualified personnel for the work to be performed IAW the draft PWS. What, if any, risks or unknowns would hinder your ability to meet the requirements? What do you foresee as the biggest challenge(s) of fulfilling the requirements? Provide any comments, questions, or concerns on the draft PWS. Small Business (SB) Set-Aside Determination. The Government reserves the right to decide whether or not a SB set-aside is appropriate based on responses to this notice. In order for the Government to make a SB set-aside determination, it is emphasized that SB concerns provide sufficient written information to indicate their capability to successfully perform and manage all the requirements of this magnitude. Other Than Small Businesses will be required to provide a SB subcontracting plan indicating whether or not they can meet DoD minimum subcontracting goals (33% of total contract value to SBs: 3% to service-disabled veteran-owned SBs, 5% to small disadvantaged businesses, 5% to woman-owned SBs, 3% to veteran-owned SBs, and 3% to Historically Underutilized Business Zones (HUB-Zones). Subcontractors must include companies contracted with for services or supplies that would support this contract. If not, please provide a brief explanation why these goals are not appropriate, what percentage could be subcontracted to each SB category, and the basis of the percentages proposed. Also, provide the percentage of the total contract dollars that could be subcontracted to each SB category and the basis of the percentages proposed. NOTE: Small businesses may be located through the Dynamic Small Business Search at http://dsbs.sba.gov. All interested firms that possess the capabilities listed are encouraged to respond to this RFI by providing the information specified above no later than 2:00 p.m. Central Time on 6 Jan 20. Information must be provided in soft-copy form via email in Microsoft Word. Forward responses and/or questions regarding this RFI to:Contract Specialist: Andrea M. Haynes, email: andrea.haynes.3@us.af.mil Contracting Officer: Waid R. Harper, email: waid.harper@us.af.mil ATTACHMENT: Draft Performance Work Statement
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/296b2b4fc9fd43999e80b517fdb501de/view)
 
Place of Performance
Address: TX-14, TX 78843, USA
Zip Code: 78843
Country: USA
 
Record
SN05503488-F 20191127/191125230301 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.