SOURCES SOUGHT
28 -- TF33 Tubes RFI SPE4AX20RTUBE
- Notice Date
- 6/25/2020 8:48:37 AM
- Notice Type
- Sources Sought
- NAICS
- 336412
— Aircraft Engine and Engine Parts Manufacturing
- Contracting Office
- DLA AVIATION RICHMOND VA 23297 USA
- ZIP Code
- 23297
- Solicitation Number
- SPE4AX20RTUBE
- Response Due
- 6/29/2020 8:59:00 PM
- Archive Date
- 07/14/2020
- Point of Contact
- Timothy Colyer, Kelli Tipton
- E-Mail Address
-
Timothy.Colyer.ctr@dla.mil, kelli.tipton@us.af.mil
(Timothy.Colyer.ctr@dla.mil, kelli.tipton@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Base Notice: Request for Information (RFI): TF33 Tubes � NOTICE DETAILS Solicitation #:� SPE4A20RTUBE Procurement Type:� Sources Sought Title:� Request for Information: TF33 Tubes Classification Code:� 28 Gas Turbines and Jet Engines NAICS Code:� 336413 � Aircraft Engines and Engine Parts Manufacturing Is this a Recovery and Reinvestment Act Action?:� No Primary Point of Contact: Timothy Colyer, Program Manager Timothy.Colyer.ctr@dla.mil Secondary Point of Contact: Kelli Tipton Strategic Planning and Support Section, Lead �kelli.tipton@us.af.mil Description: REQUEST FOR INFORMATION ANNOUNCEMENT Defense Logistics Agency - Aviation, Richmond, VA TF33 Engine Tubes Classification Code: 28 � Gas Turbines and Jet Engines 47 � Pipe, Tube and Rigid Tubing Base Notice: Request for Information: Aircraft Structural Project - SPE4AX20RTUBE PROGRAM OVERVIEW: The TF33 engine is an aging engine, and as such, the general population of replacement parts poses significant engineering, technical, diminishing manufacturing sources. Defense Logistics Agency (DLA)/U.S. Air Force (USAF) manages National Stock Numbers (NSN) parts for the TF33 engine and are experiencing unusually high lead times due to the diversity of acquisition challenges, which severely limits the number of engines repairable by the depot at Tinker AFB. The USAF is requesting manufacturing support to a) a population of DLA managed NSN TF33 tubes and tube assemblies with a source of supply not readily available, b) NSN TF33 tube and tube assemblies for which the current supply chain is ""cold"" or does not exist, and c) NSN TF33 tube and tube assemblies for which tooling requires updating or is not available. Many of these NSN TF33 tube and tube assemblies are considered ""Cold Start"" parts and require approved manufacturing sources to move to a procurable status. The definition of a ""Cold Start"" part is one that has not been manufactured within the last two years. To assist in increasing the speed of the procurement process and to overcome existing procurement challenges for hard to procure TF33 tubes and tube assemblies, DLA will leverage a new Contract action to find tube manufacturers to produce attached tube population. This Contract will establish vendor support capability and capacity to provide best effort support for the TF33 tubes and tube assemblies listed in Attachment 1 NSN List. It is expected that contractor will provide best efforts to provide resources under this Contract to execute a manufacture of tubes and tube assemblies. This activity is expected to provide tangible improvements in supportability of these DLA NSN TF33 engine parts. DLA is considering putting these NSNs on a long-term contract or group of contracts of 5 years in length, with the possibility of longer terms up to ten years.� NOTE:� All information provided within this RFI and associated data and documentation is subject to change and adjustment based on input received from industry.� Scope of project:� As part of this RFI, DLA would like to know if and how you would be able to support the Requirements associated with the NSNs listed at Attachment 1. General Questions: Please indicate which NSNs you believe you could support. For the NSNs you are unable to support, what are the primary reasons? If your company is not an approved source would you be willing to submit a Source Approval Request (SAR)?� If so would your company be able to provide support for a consolidated SAR for groups of items based on approval for the most complicated/challenging parts if the Engineering Support Activity (ESA) was willing to consider such an approach?� What types of support would you be able to provide in support of a possible consolidated SAR as described in question 3? Given the list of NSNs attached, would you recommend segmenting into smaller groups, and if so, how (manufacturing process, platform, nomenclature, etc.)?� Please provide specific groupings on the Excel spreadsheet provided.� Please provide rationale for each grouping. Is there an upper limit to the number or percentage of NSNs/PNs you would be willing to propose? Would you consider supporting NIINs beyond those that you�ve historically supported? If so, how would you identify those NSNs? What additional data would help you provide pricing estimates?� Do you anticipate using partnerships to fulfill this contract? If so, what types of companies do you anticipate partnering with? What is an adequate proposal response time for a potential solicitation? Indicate your small business size/category in your response. If applicable include a narrative describing risks this effort might present to your business or the supplier base. Please specify what contract length you would recommend for this type of population and requirement. Possible Consolidated Source Approval in accordance with Attachment 2 Manufacturer Qualification Requirements (MQR) Qualifications (See Attached MQR) A CDRL is added to the contract stating that the company has to turn in modified SAR for each PN (excluding parts that they are already qualified on) and become qualified by us before delivering that PN. Modified SAR requirements: Company profile, elements 1-9 not required.� SAR elements A-H required.� SAR elements I-M not required.� -- 8 of the 22 elements in MQR-PSD-1 Rev 2 would be required for the modified SARs. Note � SAR element H is for license agreements of proprietary data.� If none of the tubes on the contract have any proprietary data, then this element would also not be required. Information Requested The company complete a full SAR (per MQR-PSD-1 Revision 2) on the most difficult part to manufacture, according to the engineering IPT before they would be allowed to bid on the contract. Selection of Expert List of criteria for evaluation DD (DLA Direct) type contract, single or multiple award contract(s) questions: In a DLA-Direct (DD) supply arrangement, the contractor manufactures the NSN or procures it from a sub-contractor and ships to a DLA depot upon completion of the order.� The time to complete the order is based upon a negotiated production lead-time.� The contractor does not forecast, stock or ship to the DLA customer. Please describe what commercial infrastructure you have in place to support a DD supply arrangement. What additional infrastructure do you need (if any) to fully meet this requirement?� To what degree would this increase your costs? What pricing methodologies (E.g., discrete firm fixed price) would you suggest based on supporting a DD supply arrangement?� Please describe the methodology and provide an example.� What pricing data can you provide to substantiate increases or decreases?� If multiple awards, what timeframe for re-compete of items such as every 3 years?� How long can you hold pricing before adjustment is needed? What performance indicators under a DD arrangement have you been held to in the past and to what level (ex: 90% material availability, etc)? Are there any other performance indicators you would suggest for measuring contract performance (e.g., on time delivery, material availability, Customer Direct Availability, etc.)? What additional cost savings may be available to DLA for supporting this type of supply arrangement in lieu of a Customer Direct arrangement such as Economic Order Quantities and other savings? Summary Information: Additional materials, suggestions, and comments are encouraged. Please submit your responses and comments no later than June 25, 2020 via email to the point of contact below. The purpose of this RFI is to allow industry to provide input regarding not only your capabilities relative to the proposed requirement, but also to provide input of your experience and best practices that will allow the Government to develop an intelligent acquisition/solicitation strategy. A key part of this process is determining the feasibility of requisitioning all listed NSNs under single contracts. DLA Aviation may hold a virtual Industry Day after the closing of this RFI to address questions from industry regarding the subject requirement. Interested parties are encouraged to submit specific questions prior to the Industry Day. ��DLA Aviation will review the questions and provide answers during the Industry Day. Industry Day: The Industry Day will be held via teleconference. General Session: The General session will be conducted from approximately 0830 -1030 EST. One-on-one Sessions: DLA will also be offering one-on-one meeting time slots on a first come first serve basis.� One on one meetings will be conducted approximately 1200 - 1700 in roughly 30-60 minute increments. �If needed, one-on-one sessions may extend into additional days depending on the number of requests received.� Pre-registration for call-in attendance is REQUIRED. This is a no-fee event. Additional event details, including presentation documents, and call-in access data will be provided once final attendance is confirmed. Industry Day Registration: Please provide the following information to the POCs listed below: Company Name- Full Name (s) of employees/representatives attending the Industry Day Email Address- Phone Number- DLA POCS: Timothy Colyer Timothy.Colyer.ctr@dla.mil Kelli Tipton kelli.tipton@us.af.mil Disclaimer: In accordance with FAR 15.201(e), responses to this RFI are not offers and cannot be accepted by the government to form a binding contract. This RFI is issued for information and planning purposes only and does not constitute a solicitation. The government does not intend to award a contract on the basis of this RFI or to otherwise pay for information received in response to this RFI. All information received in response to this RFI that is marked proprietary will be handled accordingly. Responses to the RFI will not be returned.� Information provided in response to this RFI will be used to assess tradeoffs and alternatives to determine how to proceed with the acquisition process. Responders are solely responsible for all expenses associated with responding to this RFI.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/9f6606f263ba400eaaaf3bbab0d8202b/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN05703768-F 20200627/200625230155 (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 |