Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 18, 2025 SAM #8544
SOURCES SOUGHT

J -- KC-46 Commercial Common Repairable Support

Notice Date
4/16/2025 11:40:42 AM
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
FA8109 AFSC PZAAC TINKER AFB OK 73145-3303 USA
 
ZIP Code
73145-3303
 
Solicitation Number
FA810922R0003
 
Response Due
5/2/2025 2:00:00 PM
 
Archive Date
05/02/2025
 
Point of Contact
Stephen Schexnayder, Phone: 4055935390, Joshua Taft, Phone: 4057394212
 
E-Mail Address
stephen.schexnayder.2@us.af.mil, joshua.taft@us.af.mil
(stephen.schexnayder.2@us.af.mil, joshua.taft@us.af.mil)
 
Description
**April 16th, 2025 Update v2** This posting is an update to the original RFI and updated RFI(s) for FA8109-22-R-0003. **New Response Date to the current active posting is 2 May 25 @ 4:00 PM CST. ** **April 16th, 2025 Update** This posting is an update to the original RFI and updated RFI(s) for FA8109-22-R-0003. The Government is requesting all contractors respond by indentifying which parts, if any, can be repaired on the further updated Appendix B - KC46 PN List 16 Apr 25 v2 listing attached. The list attached on 15 Apr 25 had a formatting error. **New Response date is 22 Apr 25 @ 4:00 PM CST. ** **April 14th, 2025 Update** This posting is an update to the original RFI and updated RFI(s) for FA8109-22-R-0003. The Government is requesting all contractors respond by indentifying which parts, if any, can be repaired on the Appendix B NSN listing attached. Response date is 21 Apr 25 @ 4:00 PM CST. ***February 7, 2025 Update*** This posting is an update to the original RFI and updated RFI(s) for FA8109-22-R-0003. All contractors who have previously responded are highly encouraged to review this information and the update from December 2024 and submit responses to the POCs for this effort. The draft RFP and proposed CLIN structure has been provided to assist in answering the new questions below. The government is trying to determine the most efficient way to establish pricing for this multiple-award contract (MAC). The two strategies we are considering are: Request pricing for all years of the basic contract in initial RFP Contractor would respond to RFP and provide pricing for all five years of the basic contract Fair Opportunity to Competes (FOTC) would be issued to compete individual delivery orders throughout the basic contract. Contractors would have the opportunity to utilize the pricing provided on the basic contract or a lower price. The response time for providing a price in response to the FOTC would likely be 5-10 days. Terms and conditions only established for all years of the basic contract in initial RFP Contractor would respond to RFP and provide response on terms and conditions only FOTC�s would be issued to compete individual delivery orders throughout the basic contract period. Contractors would provide pricing appropriate for the requirement on the FOTC. The response time for providing a price in response to the FOTC would likely be 30 days. Please answer the following to help us determine impacts of each scenario. General questions What are some pro�s and con�s for either strategy from the industries point of view? Does industry have standard published price lists/catalog prices for use with commercial customers for commercial KC-46 items? Are there opportunities for discounted military pricing on commercial items? For scenario 1: a. What concerns, if any, do you have regarding your ability to provide prices for all five years of the period of performance for this effort? b. If you are able to provide pricing for all five years, would you anticipate providing a lower price when a FOTC is received to establish individual delivery orders? Please explain. c. Do you foresee a huge price difference in later years? How would those prices be escalated if priced upfront? The timeline for executing individual delivery orders in this scenario is quicker compared to scenario 2 since pricing submissions would be limited. Is this a benefit to your company? Please explain your answer. d. Is scenario 1 similar to the methodology utilized in your commercial workload? If yes, does this benefit your company? If not, please explain the process utilized in your commercial environment. For Scenario 2: How long would it take your company to return a proposal for all NSN�s at the base contract level. Please clarify in your answer if it would be pricing for all 5 years or something else. If not all five years, how long and at what increment would you propose remaining years. How long would it take your company to return a proposal for the base MAC if there will be no prices in the base contract. In this scenario the base MAC would establish CLIN structure and Terms &Conditions (T&Cs) only. Pricing would be submitted with the proposal for each individual FOTC order solicitation. ***December 18, 2024 Update *** All questions and responses shall be submitted via e-mail to the point of contact listed below, no later than the closing date of this notice. Notice: The Government considers information on market capabilities, common industry standards, commercial terms and conditions, pricing, possible suppliers, and sources to be helpful. All feedback and information received may be used to determine the appropriate acquisition strategy for a possible future acquisition. This notice is issued solely for market research and planning purposes and does not constitute a request for proposal, request for quote, or invitation to bid, nor does its issuance in any way restrict the Government to its ultimate acquisition approach. No award will be made from this RFI, and the government will not pay for any effort expended in responding to this notice. The information in this RFI is subject to change and is not binding on the Government. The United States Air Force Sustainment Center (AFSC) is requesting feedback from industry on the attached Draft Performance Work Statement (PWS) for Strategic Commercial Common Repairable Support Services for the KC-46A Aircraft. Interested vendors are encouraged to submit information for the questions below. This RFI is prepared for planning purposes only. Sources are discouraged from submitting any information deemed competition-sensitive or proprietary. However, if sources elect to submit competition-sensitive or proprietary information, sources bear sole responsibility for marking said information as such to ensure appropriate safeguarding by the Government. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified. All submission become Government property and will not be returned. Interested vendors should respond to the following: How many days would your company need to return a proposal with pricing IAW FAR Part 16 for a Fair Opportunity to Compete Order RFP under a MAC? What is your company�s repair and/or exchange turnaround time estimates for parts on the orders under the MAC? Turnaround estimates for commercial items. Turnaround estimates for military unique items. Does your company foresee any issues with the government�s proposed turnaround time of no more than 30 days for repair/exchange of parts IAW the draft PWS for this effort? Please explain if you have any concerns or issues and list parts your company foresees having longer turnaround times. ***End of Dec 18, 2024 Update *** ***February 6, 2024 Update *** All questions and responses shall be submitted via e-mail to the point of contact listed below, no later than the closing date of this notice. Notice: The Government considers information on market capabilities, common industry standards, commercial terms and conditions, pricing, possible suppliers, and sources to be helpful. All feedback and information received may be used to determine the appropriate acquisition strategy for a possible future acquisition. This notice is issued solely for market research and planning purposes and does not constitute a request for proposal, request for quote, or invitation to bid, nor does its issuance in any way restrict the Government to its ultimate acquisition approach. No award will be made from this RFI, and the government will not pay for any effort expended in responding to this notice. The information in this RFI is subject to change and is not binding on the Government. The United States Air Force Sustainment Center (AFSC) is requesting feedback from industry on the attached Draft Performance Work Statement (PWS) for Strategic Commercial Common Repairable Support Services for the KC-46A Aircraft. Interested vendors are encouraged to submit information for the questions below. This RFI is prepared for planning purposes only. Sources are discouraged from submitting any information deemed competition-sensitive or proprietary. However, if sources elect to submit competition-sensitive or proprietary information, sources bear sole responsibility for marking said information as such to ensure appropriate safeguarding by the Government. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified. All submission become Government property and will not be returned. Interested vendors should respond to the following: Comments on whether sufficient detail is provided for the required tasks to allow for a clear understanding of the requirement. Suggested revisions to clarify and further define the Performance Work Statement requirements. Suggestions may be provided via track changes/comments within the draft PWS. Questions related to the content of the draft PWS. It is AFSC�s understanding that commercial industry does not use IUID (Item unique identification). Per https://dodprocurementtoolbox.com/site-pages/unique-id The DoD recognizes six commercially used unique identifiers as IUID equivalents: the vehicle identification number, or VIN; the cellular mobile telephone identifier (CMTI); the mobile equipment identifier (MEID) ; the electronic serial number (ESN); the Global Individual Asset Identifier (GIAI); and the Global Returnable Asset Identifier (GRAI). These IUID equivalents may be used in lieu of assigning a new UII. Would any these equivalents be used in fulfilling the requirements of this PWS? Does the PWS make it clear that the Government does not require the same item(s) to be returned and is willing to accept an exchange? For example, USAF sends an unserviceable item to the vendor for inspection/repair. The contract stipulates that this item has a 30 day repair turn around time (RTAT). After inspection, the vendor realizes that they cannot meet the 30 day RTAT but they have the same exact item in their inventory that is ready to ship. The Government will accept the ready to ship item (with 8130-3/CoC) and the unserviceable item becomes part of the vendor�s inventory and is not required to be returned to the Government. How does the commercial market provide pricing for repair and return and/or exchange of an item? The Government is considering a multiple award, indefinite delivery, indefinite quantity (IDIQ) approach. Are there any aspects we need to consider before soliciting this requirement in such a manner? Please list any challenges or roadblocks related to fulfilling the draft PWS. The proposed NAICS for this effort is 336413: Other Aircraft Parts and Auxiliary Equipment Manufacturing. The proposed Product Service Code is J016: Maintenance/Repair/Rebuild of Equipment - Aircraft Components an Accessories. Please comment on this NAICS and PSC. Provide any suggestions for alternative codes with supporting rationale. Attachments: Draft PWS NSN Listing ***End of Feb 6 2024 Update *** ***October 3, 2022 Update *** This SSS has been reopened as of October 3, 2022. An updated attachment (KC 46 Commercial Common Sources Sought Synopsis 03 Oct 22) is attached to this notice. The only change between the 03 Oct 22 attachment and the previously attached 05 Aug 22 attachment is the point of contact information at section 4 of the instructions. If you have already submited a response to this SSS, no futher action is required. ****************************** This Sources Sought Synopsis (SSS) is being conducted to identify potential sources that may possess the expertise, capabilities, and experience to meet the requirements of the KC-46 Commercial Common Repairable Support effort. The 424th Supply Chain Management Squadron requires support for the commercial common national stock numbers for the KC-46. The KC-46 Aircraft provides worldwide, day and night, and adverse weather aerial refueling to receiver-capable US, allied, and coalition military aircraft, including unoccupied aircraft. The KC-46 Tanker is based on commercial FAR Part 12, Federal Aviation Administration (FAA) or equivalent, certified 767-2C aircraft, which is finished to meet the unique KC-46 Tanker requirements. To uphold this certification for an accepted KC-46A, the sustainment requirements will ensure compliance with Amended, Supplemental, and Military Type Certifications (ATC/STC/MTC). Attached is a description of the KC-46 Strategic Commercial Common Repairable Support effort, and a contractor capability survey, which allows you to provide your company�s capability. If, after reviewing these documents, you desire to participate in the market research, you should provide documentation that supports your company�s capability in meeting these requirements by answering the each question in part II of the survey.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/835f1af71eaf4d05824ab090d1b77a0c/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07411697-F 20250418/250416230055 (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.