SOURCES SOUGHT
28 -- CERP Installation of Engines, Modification Kits, and Interim Contractor Support
- Notice Date
- 7/13/2022 10:36:01 AM
- Notice Type
- Sources Sought
- NAICS
- 336411
— Aircraft Manufacturing
- Contracting Office
- FA8107 AFLCMC WWK TINKER AFB OK 73145-3303 USA
- ZIP Code
- 73145-3303
- Solicitation Number
- CERP-22-001
- Response Due
- 8/12/2022 1:00:00 PM
- Point of Contact
- Anna Mroz, Thomas Kobyluk
- E-Mail Address
-
anna.mroz.2@us.af.mil, thomas.kobyluk.ctr@us.af.mil
(anna.mroz.2@us.af.mil, thomas.kobyluk.ctr@us.af.mil)
- Description
- B-52H Commercial Engine Replacement Program (CERP) Production Phase - Installation of Engines, Modification Kits, and Interim Contractor Support SOURCES SOUGHT SYNOPSIS (SSS) #CERP-22-001 General Introduction: 1. The Air Force Life Cycle Management Center is conducting a market assessment to identify potential sources, and companies that may possess the expertise, capabilities, and experience to respond to the requirements listed in this document. AFLCMC is issuing this SSS to identify parties having an interest in the production phase of the B-52 CERP. This SSS is issued solely for information and planning purposes and will be considered to determine the acquisition strategy for the production phase of the B-52 CERP. 2. The intent of this notice is not a request for competitive proposals. Responders are advised that the U.S. Government will not pay for any information or administrative cost incurred in response to this SSS.� Please be advised that all submissions become Government property and will not be returned.� All costs associated with responding to this SSS will be solely at the responding party�s expense. 3. AFLCMC is not seeking proposals at this time, and will not accept unsolicited proposals.� 4. Not responding to this SSS does not preclude participation in any future RFP, if any is issued.� Small Businesses are encouraged to provide responses to this SSS in order to assist AFLCMC in determining potential levels of competition available in the industry, as well as helping to establish a basis for developing any subsequent subcontract plan goal percentages.� The Government is interested in all businesses to include, Large Businesses, Small Businesses, Small Disadvantaged Business 8(a)'s, Service-Disabled Veteran-Owned Small Businesses, HUBzone Businesses, and Women-Owned Small Businesses The acquisition strategy is still being determined.� Market research results will assist the Air Force in determining whether this requirement will be a full and open, a small business set aside, or a sole source acquisition.� If it is a small business set-aside, FAR 52.219-14, Limitations on Subcontracting will apply. Therefore, small businesses that want to be considered for a small business set-aside should demonstrate how they could comply.� 5. Note that, if there is sufficient demonstrated interest and capability among small business contractors, then it may be determined that a small business set-aside is appropriate.� A key factor in determining if an acquisition will be a small business set-aside is that two or more potential small business prime contractors must be capable of performing at least 50% of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14, Limitations on Subcontracting. If it is determined that a small business set-aside is appropriate, and your company anticipates submitting a proposal as the prime contractor for a small business set-aside, please provide specific details and rationale as to how compliance with FAR 52.219-14 would be achieved, including specific details regarding teaming arrangements, etc. �If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used.� Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. �If this effort is not set-aside for small business, small business utilization will be considered. �Large and small businesses should provide a reasonable expectation for small business utilization as a percent of total contract value as well as supporting rationale for the recommended percentage. 6. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract.� It is the responsibility of the interested parties to monitor the Sam.Gov website for additional information pertaining to this SSS. 7. Responders are solely responsible for all expenses associated with responding to this inquiry.� This announcement is not to be construed as a formal solicitation.� It does not commit the government to reply to the information received, or to later publish a solicitation, or to award a contract based on this information. Companies may be contacted if additional information is needed to fully understand the marketplace and/or comments to the requirements presented below. Purpose: The B-52 CERP production phase requirements include: Acquiring aircraft modification kits containing components and hardware for integrating new engines onto B-52H aircraft.� The engines will be provided separately by the Government Installing the aircraft modification kits and engines, to include installing engine component build up, on up to 76 B-52H aircraft beginning in FY29 Providing Interim Contractor Support for the CERP components listed below to include non-warranty repair and logistics support Questions: The Government may treat these requirements as separate efforts or combine them into one effort.� Responders can address any or all of these requirements. Prior to the B-52 CERP production phase, The Boeing Company will: Select aircraft modification kit component suppliers Develop aircraft modification kit requirements Conduct two prototype kit installations Deliver aircraft modification kit technical data package to the Government The anticipated aircraft modification kit contents are shown in the table below. Engine Struts Generators (8 per a/c) Hydraulic pumps Engine nacelles and fairings Generator Control Units Hydraulic reservoirs Engine throttles Power distribution boxes Power wiring Engine start switches Air starter auxiliary unit Control wiring Engine instrument display Air starter auxiliary unit batteries Attachment hardware Engine data concentrator units Hydraulics panel in cockpit Pneumatic pre-coolers Electrical panel in cockpit Anti-ice systems Pneumatic components and ducting REQUIREMENT 1:� ACQUIRING B-52 CERP AIRCRAFT MODIFICATION KITS Describe your capability to acquire up to 76 B-52H aircraft modification kits and additional spare parts to support installations in a five to eight year period, starting FY29. In your response, include:� your approach to plan and manage kit acquisition; any facilities you plan to use; and your planned workforce. If you don�t currently have the capability to acquire these aircraft modification kits but intend to obtain the capability, describe your plan and timeline for obtaining the capability. Describe any anticipated teaming arrangements, why the teaming arrangements are needed, and how you would implement the teaming arrangements. Delineate between the work you will accomplish and the work your team partners will accomplish. Give us examples of past performance (evidence of contracts with similar scope and complexity; evidence of customer service quality and timeliness of service delivery). The Government requests you provide additional details regarding relevant and recent history of aircraft kit acquisitions of the similar size/scope/magnitude with specific examples of performance.� Please provide a description of the modification program, number of Line Replaceable Units, number of kits procured/year, contract numbers, aircraft size, contract type and size of contract.� Indicate whether you performed these activities within the last three years, and if not in the last three years, when that performance took place. REQUIREMENT 2:� INSTALLING B-52 CERP AIRCRAFT MODIFICATION KITS Describe your capability to install aircraft modification kits and engines (including engine build up) on up to 76 B-52H aircraft in a five to eight year period starting in FY29. In your response, include:� your approach to plan and manage kit installation; any facilities you plan to use (considering facility requirements below); any tooling and support equipment; your plan to manage legacy components once removed from the aircraft, and your planned workforce. Facility requirements include: Facilities should be capable of supporting the following B-52 landing and takeoff requirements: Minimum useable runway width:� 200 feet Minimum useable taxiway width:� 150 feet Minimum useable runway length:� 10,000 feet For both runway and taxiways, the Airfield Pavement Classification Number (PCN) shall support a B-52 landing gross weight of 290,000lbs and a takeoff gross weight of 450,000lbs.� The following Airplane Classification Number (ACN) tables summarize the B-52H�s ACN based on gross weight, pavement type, and pavement subgrades. Hangar facilities large enough to accommodate B-52H aircraft without removing any part of the aircraft.� (B-52H aircraft is 185 feet wide, wingtip to wingtip; 159 feet 4 inches long; and 41 feet tall.) The ability to secure the hangar facilities to protect the aircraft and its classified equipment. If you don�t currently have the capability to install these aircraft modification kits but intend to acquire the capability, describe your plan and timeline for obtaining the capability. Describe any anticipated teaming arrangements, why the teaming arrangements are needed, and how you would implement the teaming arrangements. Delineate between the work you will accomplish and the work your team partners will accomplish. Give us examples of past performance (evidence of contracts with similar scope and complexity; evidence of customer service quality and timeliness of service delivery). The Government requests you provide additional information regarding facilities availability for modification installations. Please indicate how much advance notice you would require to reserve or obtain those facilities, and whether those facilities would be dedicated to the B-52 CERP effort.� Also, please describe your production flow approach to include what your minimum and maximum number aircraft per year would be.� Is there a minimum workload commitment that you would require per year? Request you specifically address your facility�s capability to support a B-52 aircraft on the taxiway, runway, and parking space in reference to the Flexible/Rigid Pavement Subgrades tables in Requirement 2, paragraph 3.a. above. The Government is exploring multiple options to minimize the impact to B-52 fleet aircraft availability. This includes organic production installation during an extended PDM cycle at Tinker AFB, OK pending approval via the Depot Source of Repair (DSOR) process. If the Government were to select the organic team to manage the B-52 CERP production installation requirement, please describe the support that you would provide (if any) and why it is needed. Assume that all kit and production installation touch-labor requirements would be managed by the organic team after the each kit receives an approved DD250 in FY29.� REQUIREMENT 3:� PROVIDING B-52 CERP INTERIM CONTRACTOR SUPPORT Describe your capability to provide Interim Contractor Support for the CERP components listed in the table above, for a period of up to 5 years, to include non-warranty repair and logistics support. In your response, include:� your approach to plan and manage Interim Contractor Support; any facilities you plan to use; and your planned workforce. If you don�t currently have the capability to provide CERP Interim Contractor Support but intend to obtain the capability, describe your plan and timeline for obtaining the capability. Describe any anticipated teaming arrangements, why the teaming arrangements are needed, and how you would implement the teaming arrangements. Delineate between the work you will accomplish and the work your team partners will accomplish. Give us examples of past performance (evidence of contracts with similar scope and complexity; evidence of customer service quality and timeliness of service delivery). The Government requests you provide additional details regarding relevant and recent history in Interim Contractor Support (ICS) of similar size/scope/magnitude with specific examples comparable to the B-52 CERP components listed above. The proposed North American Industry Classification Systems (NAICS) Code is 336411, which has a corresponding Size Standard of 1,500 employees.� The Government is interested in all businesses to include, Small Businesses, Small Disadvantaged Businesses 8(a) s, Service-Disabled Veteran-Owned Small Businesses, Hubzone Businesses, and Women-Owned Small Businesses.� The Government requests that interested parties respond to this notice if applicable and identify your small business status to the identified NAICS code. Responses to questions from interested parties will be promptly answered and posted on the sam.gov website, unless some release of proprietary information is involved or the answer addresses a question specific to a company or that company�s response.� Post submittal, one-on-one information sessions with respondents are not contemplated; however, they may be offered to responders to clarify the government�s understanding of their submittal, the capability ramifications, or to discuss their business approach.� Information feedback sessions may be offered to respondents after the SSS assessments are completed. AF Points of Contact (POC) for this SSS: Anna O. Mroz, Contracting Officer anna.mroz.2@us.af.mil Thomas A. Kobyluk, Program Manager thomas.kobyluk.ctr@us.af.mil Verbal questions will NOT be accepted.� All questions will be answered via posting answers to this sam.gov website; except as provided above. Additionally, questions must NOT contain trade secrets or classified information. The Government reserves the right to not address questions received after 12 Aug 2022. Sources Sought Responses: Please provide your Sources Sought Synopsis responses to anna.mroz.2@us.af.mil and thomas.kobyluk.ctr@us.af.mil by 3:00pm CST on 12 Aug 2022.�� Title e-mail responses in the subject line of the e-mail as follows:� �Response to B-52H CERP Production Phase Sources Sought Synopsis #CERP-21-001r2.� Responses shall include the following information: 1. Company/Institute name 2. Address 3. Point of Contact 4. Cage Code 5. DUNS Number 6. Phone Number 7. E-mail Address 8. Web page URL All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract.� The NAICS code for this requirement, if applicable to the company�s capabilities, should be included in the company�s NAICS code listing in SAM. �The North American Industry Classification System (NAICS) Code for this action is 336411, size standard 1,500 employees. Based on the NAICS Code, state whether your company qualifies as a: a. Small Business (Yes/No) b. Women Owned Small Business (Yes/No) c. Economically Disadvantaged Small Business Women Owned Small Business (Yes/No) d. 8(a) Certified (Yes/No) ����������� Date Certified:________________ e. HUB Zone Certified (Yes/No) f. Veteran Owned Small Business (Yes/No) g. Service Disabled Veteran Owned Small Business (Yes/No) h. Statement as to whether your company is domestically or foreign owned (if foreign owned, please indicate country of ownership). Please limit your responses to no more than 35 pages, to include product sheets, test data, answers to the questions above; and, identify a representative to support further Government inquiries and requests for clarification of the information provided, if needed. Marketing materials are considered an insufficient response to this Sources Sought synopsis. Respondents should indicate which portions of their responses are proprietary and mark accordingly.� All information received in response to this SSS that is properly marked as �proprietary� will be handled accordingly.� Proprietary information must be clearly marked on the outside container and on the materials inside. The Government shall not be liable for, or suffer any consequential damages, for any proprietary information not properly identified.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/117ae25d318949f5b2a193a4b20d9b06/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06388165-F 20220715/220713230110 (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 |