SOURCES SOUGHT
15 -- F-35 Joint Program Office Aircraft Wheel & Brake Components and Assemblies Request for Information
- Notice Date
- 12/11/2023 8:09:04 AM
- Notice Type
- Sources Sought
- NAICS
- 336411
— Aircraft Manufacturing
- Contracting Office
- NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
- ZIP Code
- 20670-5000
- Solicitation Number
- N00019-JSF-PTHFNDR
- Response Due
- 1/15/2024 1:00:00 PM
- Archive Date
- 01/30/2024
- Point of Contact
- Joshua Meyerhofer, Hope C. Reeder, Phone: 3019954595
- E-Mail Address
-
Joshua.Meyerhofer@jsf.mil, hope.reeder@navy.mil
(Joshua.Meyerhofer@jsf.mil, hope.reeder@navy.mil)
- Description
- This is a request for information (RFI). This is not a request for quotes, request for proposal, or a solicitation of any kind, and does not constitute a commitment by the U.S. Government. Responses, in any form, are not and will not be considered offers. The U.S. Government is under no obligation to award any contracts following this RFI. Responses are strictly voluntary, and funds expended in preparing them will not be reimbursed. Introduction The F-35 Joint Program Office (JPO), Arlington, VA, is conducting market research for a contemplated component repair contract for F-35 aircraft Wheel & Brake components and assemblies. The work is currently being performed through the F-35 Air System Support Integrator, Lockheed Martin Aeronautics Company, Fort Worth, TX. Overview: The proposed contract will require F-35 supply chain management and repair for all wheel & brake assembly components.� Logistics functions will include, but are not limited to: repair, replenishment, overhaul, engineering support, packaging, storage, transportation, and inventory management. �The Contractor will be required to perform all these functions for depot-level repairables. The Contractor will be required to partner with U.S. Government entities inside the continental United States (CONUS), such as Organic Depots (currently, Ogden Air Logistics Complex [OO-ALC], Hill Air Force Base, Utah), and subcontract with commercial repair sources outside the continental United States (OCONUS) (currently, Fokker Technologies in the Netherlands, and Rosebank Engineering in Australia). Provisioning and cataloguing data will be required deliverables under this contract to support future induction of the components into the Department of Defense Working Capital Fund. � Supply Chain Management: For the anticipated requirement, the incumbent contractor will retain responsibility of the Global Spares Pool (GSP) and the associated inventory management for F-35 Wheels and Brakes components. Under the proposed acquisition, repairable assets will be sent to the awarded contractor, and the contractor will be responsible for managing repair of the assets through the existing repair facilities at CONUS and OCONUS repair facilities. Once repairs are complete and A-condition assets are accepted, the contractor will be responsible for packaging the assets and shipping them to the appropriate F-35 location. As such, the selected contractor will be responsible for inventory management during repair and through the delivery, back to the GSP.� Procurement of replenishment consumable parts required for repair will also be the responsibility of the contractor.� Provisioning and Cataloging Data: Any potential contractor will be responsible for delivering cataloging and provisioning data to the U.S. Government. The applicable data will be delivered pursuant to contract data requirements lists (CDRLs). Delivery will be monthly and continue throughout the duration of the contract until all data requirements specified in Table A for all F-35 Wheels and Brakes has been received and validated.� Data Transactions: The contractor will be responsible for completing and maintaining the Electronic Equipment Logbooks (EELs) associated with the Wheels and Brakes workload. This will require an interface with multiple systems which are owned by the F-35 Air System Support Integrator. The U.S. Government will ensure that all interfaces continue to be supported. The period of performance for this effort will be for a one-year base, with the potential for up to four additional one-year options, with an expected award between FY24 and FY25. Instructions The Government intends to hold a virtual Industry Day on 5 February 2024, during which interested parties are expected to discuss their responses to the questions below.� Additionally, written responses to questions are due with the Industry Day Registration form on 15 January 2024. Responses that address some but not all of the items are welcome. It is anticipated that the Industry Day will be held virtually via Microsoft Teams. The intent of Industry Days is to provide interested industry partners with an overview of the requirements and potential acquisition strategies. The U.S. Government will provide these briefings and provide an opportunity to answer questions in an open environment on 5 February 2024.� Interested parties will have the opportunity to participate in private one-on-one sessions to be held on the same day. Individual sessions will be limited to one hour. Any company that wishes to participate in the Industry Day must convey its interest by filling out the Attached F-35 Wheels and Brakes Industry Day registration form and providing it along with written responses to the questions below.� E-mail your response to the Point of Contact (POC) below no later than 15 January 2024.� Interested parties must also indicate their desire to schedule a one-on-one session. The Contracting Officer will contact the specified company�s POC to schedule the one-on-one session. All questions pertaining to the acquisition will be posted to industry on Sam.gov following the industry day.� Interested parties are expected to prepare written responses to the questions below in advance of the Industry Day and be prepared to discuss follow-up questions from the Government at any one-on-one session. RFI responses must be submitted with the F-35 Wheels and Brakes Industry Day registration form no later than 15 January 2024. �Attendance by the necessary technical experts from each contractor is highly encouraged.� �Support,� when used below, refers to the requirements summarized in the above introduction. For reference, please provide: company name; address; Commercial and Government Entity (CAGE) code; Unique Entity ID (UEI) number; authorized points of contact, with telephone numbers and email addresses; and webpage URL. Describe your company�s experience specifically relating to the F-35 Wheels and Brakes systems.� This includes design submissions, historical production, current repairs, engineering contributions, etc.� Potential vendors for this effort will only be considered if they can deliver provisioning and cataloging data elements listed in TABLE A below.� Please specify your ability to deliver each of the data elements.� If unable to meet any of the requirements, specify why. If you don�t have the data now, what would it take for you to acquire? What is the estimated timeframe to acquire? DATA ELEMENT IN: Item Name CAGE: Commercial And Government Property Entity FPRN: Reference Nr/ Part Number NSN / FSC: National Stock Number Or Federal Supply Classification� SM&R: Source, Maintenance, & Recoverability (6-Digit Code) QPA: Quantity Per Assembly� DMIL: Demilitarization Code� CIIC: Controlled Item Inventory Code� U/I PRICE: Unit of Issue Price PCCN: Provisioning Contract Control Number� SCC: Submission Control Code� PLISN: Provisioning List Item Sequence Number� INDC: Indenture Code QUP: Quantity Per Unit Pack� QPEI: Quantity Per End Item� RNCC: Reference Number Category Code� RNVC: Reference Number Variation Code� U/I: Unit Of Issue� TOCC: Type Of Change Code CSN & CFI: Card Sequence Nr & Card Format Indicator EC: Essentiality Code SL: Shelf Life PLT: Production Lead Time HCI: Harness Critical Item PMIC: Precious Metal Indicator Code ADPEC: Automated Data Processing Equipment Code SMCC: Special Material Content Code IC: Interchangeability Code R/SPLISN: Replaced / Superseding PLISN (above) PI: Special Item Code The following vendor part numbers (TABLE B) are included within the F-35 Wheels and Brakes inventory. The U.S. Government does not possess the ability to provide the necessary technical data/drawing package and machinery required for the F-35 Wheels and Brakes requirement.� Clearly explain your company�s capability of meeting and demonstrating this requirement. Do you currently possess or have authorized access to the necessary technical data? What GFP/GFE would you need in advance of the contract? What, if any, GFP/GFE do you currently have in your possession? Do you have a viable plan to obtain, generate, or otherwise secure the necessary technical data? What is an estimated timeline for obtaining the necessary technical data? Note: Questions 4.a.-4.d.� must be answered individually for all assets listed in TABLE B.� TABLE B Part Number Noun 2628E2501-1 WHEEL ASSEMBLY, AIRCRAFT 2658E2501-1 WHEEL ASSEMBLY, AIRCRAFT DAP00010-01 WHEEL ASSEMBLY, AIRCRAFT DAP00010-02 WHEEL ASSEMBLY, AIRCRAFT DAP00010-03 F-35 CTOL AND STOVL WHEEL ASSEMBLY, AIRCRAFT 2614601-3 MAIN WHEEL ASSEMBLY 2629E4502 MAIN WHEEL ASSEMBLY 2629E4502-11 MAIN WHEEL ASSEMBLY 2GLV17001-0003 MAIN WHEEL ASSEMBLY 2614501-2 MLG WHEEL ASSEMBLY 2629E4502 MLG WHEEL ASSEMBLY 2649E4502-5 MLG WHEEL ASSEMBLY 2629E4502-7 MLG WHEEL ASSEMBLY 2GLV27001-0002 MLG WHEEL ASSEMBLY 2611745-1 WHEEL ASSY, NLG, CV 2614502-2 F-35 STOVL BRAKE ASSEMBLY 2614502-3 F-35 STOVL BRAKE ASSY 2614602-5 F-35 CTOL BRAKE 2614602-6 F-35 CTOL BRAKE 2614672-2 F-35 CV BRAKE ASSY 2614672-3 F-35 CV BRAKE ASSY 2614672-4 F-35 CV BRAKE ASSY Currently, repair and overhaul for the F-35 Wheels and Brakes are accomplished at the OO-ALC depot, Fokker Technologies in the Netherlands, and Rosebank Engineering in Australia. Describe, if any, your experience in working with these repair facilities and any current contractual arrangements. What is the estimated timeline for establishing the relationships necessary for F-35 Wheel and Brake repair through these facilities? Maintaining the data integrity for the F-35 Wheels and Brakes requires access and use of multiple systems. For each of the following, state if you currently have access to the system and briefly describe your experience in performing transactions within the system. I2S Subcontractor Management Portal - used to validate UID. JSF Data Library (JDL) - used to view aircraft configuration information and open order�s reports. EXOSTAR and the Transportation management system � used for transportation (i.e., label generation) Other systems as determined by the vendor. While Electronic Equipment Logbooks (EELs) are not required for Wheels, they are required in the Source Inspection packet for all Brakes. Do you currently have access to the Logistics Data Manager (LDM) Supplier Portal that is required for receiving, updating, and sending the EEL? Describe your company�s experience in processing EELs. Responses Questions or comments regarding this notice may be addressed to Mr. Joshua Meyerhofer, Contracting Officer: Joshua.Meyerhofer@jsf.mil
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/ee7cb1e3847d40cba8d506079171aa6e/view)
- Place of Performance
- Address: Arlington, VA, USA
- Country: USA
- Country: USA
- Record
- SN06909017-F 20231213/231211230046 (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 |