SPECIAL NOTICE
99 -- Request for Information - Regional Depot Network (RDN)
- Notice Date
- 12/9/2022 11:31:03 AM
- Notice Type
- Special Notice
- Contracting Office
- DLA AVIATION AT OKLAHOMA CITY, OK TINKER AFB OK 73145-3070 USA
- ZIP Code
- 73145-3070
- Solicitation Number
- F100_FMS_Regional_Depot_Network_RDN
- Response Due
- 1/9/2023 2:00:00 PM
- Point of Contact
- KRISTINE.BRUHWILER, Phone: 4056507796 or 4058553515, Heath Tinnin
- E-Mail Address
-
kristine.bruhwiler@us.af.mil, heath.tinnin@us.af.mil
(kristine.bruhwiler@us.af.mil, heath.tinnin@us.af.mil)
- Description
- This is a Request for Information (RFI) only. This RFI is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This Request for Information does not commit the Government to a contract for any supply or service whatsoever. Further, the Government is not at this time seeking proposals and will not accept unsolicited proposals or Source Approval Request (SAR) packages. The RFI responders are advised that the Government will not pay for any information or administrative costs incurred in response to this RFI and all costs associated with responding to this RFI will be solely at the interested party's expense. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on the SAM.gov website: https://www.sam.gov. It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement. Background - The Lifecycle Propulsion Sustainment for the International Business section is seeking information from contractors that are capable of furnishing all required labor, material, facilities and equipment to manufacture/repair, test, preserve, package and return to the customer a completely serviceable unit for the F100-PW-220/220E/-229/-229EEP Engine Modules to include the Inlet Fan, Core, Fan Drive Turbine, High Pressure Turbine, and Gearbox. �This will include supportability for associated configurations that typically require access to proprietary rights for internal component and applicable methods The Contractor/Institution must be capable of providing these services in a remanufacturing capacity in both the European theater (OCONUS) for increased capacity that strategically aligns with diverse customer requirements, and the United States (CONUS) as a United States Air Force contingency utilization option.� As a reference, a list of the required national stock numbers (NSNs) that are associated with this are listed in Attachment 1 of the Sources Sought Synopsis found on https://www.sam.gov under Notice ID �F100_FMS_RDN� posted on October 13, 2022, and corresponding amendment posted on October 25, 2022.� Responses � Interested parties are requested to respond to this RFI with a whitepaper.� The RFI whitepaper should be in the latest version of Microsoft Office Word and be submitted NLT January 9, 2023, 1600 CST via e-mail to kristine.bruhwiler@us.af.mil, and Cc heath.tinnin@us.af.mil.� The whitepaper should address the following questions pertaining to the information provided above- Reponses must include the following information: Company Name Address CAGE Code Point of Contact Phone Email Web page URL, if available Small business type or category you represent, if applicable. Identify as a U.S. or Foreign Owned Entity Indicate whether your interest is a prime contractor or as a subcontractor Respondents must address: Provide summary of Project management and tracking systems you utilize to ensure timely delivery schedules. Confirm which modules of which F100 engine variant your company is approved remanufacture. Provide completed module certification dates and/or forecast for projected module certifications. Confirm the number of rails available at your facility. Confirm the facility capacity for whole engine induction. Confirm the facility capacity for module induction. Confirm if there are any country or other restrictions on whole engines or modules that can be inducted into your facility. Confirm the location(s) of facilities approved for whole engine or module remanufacture. Confirm the % of monthly capacity available for additional whole engine induction. Confirm the % of monthly capacity available for additional module induction. Confirm if your company has access to procure all approved spare parts needed for the remanufacture of whole engines and modules.� Provide synopsis of spare parts health and availability of spare parts to perform the remanufacture of F100 modules and whole engine. Confirm your warehouse and storage capabilities for both spare parts and engine modules. Confirm how you would propose labor costs when using multiple facilities on one whole engine/ module remanufacture contract. Are there any known constraints with available, qualified labor to remanufacture whole engine and/or modules for F100? Are there any known constraints with transportation for receiving whole engines or modules for induction? Do you have an established relationship with the Defense Contract Management Agency (DMCA) to perform Origin Inspection of remanufactured whole engines or modules? What tools do you use for Quality assurance? What documentation standards do you produce for quality control? List potential sub-vendors that will be utilized to meet module repair CONUS and OCONUS requirement.� Are there any known domestic laws or geopolitical constraints preventing your establishment from conducting business with foreign customers?
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/d06232a3443f431995d7d6c7608d4b1e/view)
- Record
- SN06539980-F 20221211/221213085131 (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 |