|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 24,1996 PSA#1580Sa-Alc/Power Systems Branch, 500 Perrin, Suite #3, Kelly Afb, Texas
78241-6449 J -- REPAIR, OVERHAUL & PRODUCTION SOL F41608-96-R-34541 DUE 052096
POC For copy, Fax request to LDKJ at (210)925-1058, For additional
information contact Amaro, Mary Ann/Ldkj/210-925-8845 Synopsis is
hereby amended to include additional information provided below: SA-ALC
FUEL ACCESSORIES REQUEST FOR INFORMATION (RFI) 4/18/96 This is a
request for information (RFI) only. This is not a Request for Proposals
or an indication the Air Force intends to contract for services. The
Air Force will not pay for information received in response to this
RFI.. This is a continuation of RFI 8 Feb 96. 15. Transition of repair,
overhaul, modification, test, package and shipment of Fuel Accessories
from SA-ALC to outsourcing is expected to take up to two years.
Alternative approaches to pricing this transition are being explored,
such as Fixed Price Level of Effort, Cost Plus Award Fee, Firm Fixed
Price, and multiple awards (up to three) for firm fixed priced
''Transition Study Efforts'' and then a down select to one offeror
(Firm Fixed Priced). Request you provide what you consider the best
approach to transition pricing and rationale for that approach. You are
not limited to the proposed approaches listed above. 16. During the
transition period, material required for repair, overhaul, and
modification of fuel accessories will also transition from Government
Furnished Material (GFM) to Contractor Furnished Material (CFM).
Request you provide what you consider the best approach to transition
from GFM to CFM and rationale for that approach. Please include in your
approach a discussion of how you envision the Item Manager function as
it relates to the transition from GFM to CFM. 17. After the transition
period, the pricing will be Firm Fixed Price. What is the minimum
amount of information required with the RFP for you to provide a Firm
Fixed Price for repair, overhaul, and modification of fuel accessories
with your proposal. Request you also provide what you consider the
best approach to mitigate Firm Fixed Price risk after transition for
repair, overhaul, and modification of fuel accessories. 18. The
ultimate goal is to reduce the repair, overhaul, and modification cost
to the government through concurrent commercial and government
business. Request your approach to achieving this goal considering the
effects of Environmental Assessment requirements. 19. Request
discussion of your employment and staffing approach from contract award
through transition from SA-ALC to outsourcing to commercialization of
work. Request you provide what a typical/average wage and benefit
package for your direct labor to repair, overhaul, and modify fuel
accessories is for your current facility. 20. In the future, the work
effort to repair, overhaul, modify, test, package and ship Fuel
Accessories is to become a subset of the Propulsion Business Area (PBA)
outsourcing effort as a ''directed sub''. Request you provide a
discussion of the best method to progress from a government contract to
the PBA contract. 21. Attached are the DRAFT Statement of Objectives
(SOO) and DRAFT Technical Requirements Document (TRD) for your review
and comments. Please provide comments as to what can be done to improve
these documents. 22. Bidders' Library is open as of 4/17/96. Please
contact the Library custodian Mr. Juan Martinez at 210-925-1942 or
210-925- 1969 or his alternate Mr. Larry Banaszak at 210-925-4275 for
the Bidders' Library Procedures and Rules for Visitors to the LDPZ
Bidders' Library. You also may request this information from Mr.
Martinez via e-mail at jjmartin@sadis05.kelly.af.mil 23. What
information would be the most useful to you in preparing your proposal?
Responses: Request responses be provided by 01 May 96. Request
responses to above RFI be provided to Ms. Mary Ann Amaro, PCO,
SA-ALC/LDPZ, 500 Perrin Road, Suite 208, Kelly AFB TX 78241- 6449, FAX
210-925-0916, e-mail maamaro@sacdm06.kelly.af.mil DRAFT 3 Apr 96
Statement of Objectives for the Fuel Accessories Privatization
Prototype 1.0 Program Goal The overall goal of the Fuel Accessories
Privatization Prototype is to transfer government operation of
overhaul, repair, and modification of fuel accessories at Kelly AFB, in
a public/private competition, to a commercial enterprise or DoD depot
which would provide the government the best value. The facilities,
equipment and workforce will be available for performance at Kelly AFB
for the successful organization. The transition period and subsequent
repair operation should not degrade end user mission readiness, surge
capability, or customer support. 2.0 Specific Objectives 2.1
Transition - Execute a smooth, integrated transition from government to
contractor overhaul, repair, and modification of fuel accessories while
maintaining readiness. 2.2 Repair Operations - Assume responsibility
for all aspects of overhaul, repair, and modification of fuel
accessories including labor, material, facilities, equipment, quality
systems, follow-on product support and readiness. - Integrate the Fuel
Accessories repair operation into the Propulsion Business Area. 2.3
Affordability - Reduce the cost (including life-cycle cost) of fuel
accessories repair by implementing continuous process improvements, the
tenets of lean logistics, and introducing incremental (including
commercial) workload without degrading quality, reliability, customer
support, and mission readiness. Technical Requirements Document for the
Fuel Accessories Privatization Prototype Section 1. Purpose and Scope
1.1 This document identifies the requirements associated with the
objectives for the assumption of Kelly AFB Fuel Accessories overhaul
and repair workload. 1.2 The Fuel Accessories workload encompasses
related components applicable to the F100, T56, and TF39 engines, Gas
Turbine Engines, Secondary Power Systems, Patriot Missile, and A-10,
A-37, B-1, B-52, C-5, C-130, C-141, CH-03, E-3, F-4, F-15, F-16, F-111,
HO-53, and C/KC-135 aircraft for US and foreign customers world-wide.
1.3 Potential offerors have the option of utilizing the existing
equipment, facilities, and workforce at Kelly AFB to accomplish the
Fuel Accessories workload, if performed in-place. Lists and
descriptions of Government furnished facilities, equipment and other
property can be found in the Bidder's Library. Section 2. Requirements
2.1 Transition 2.1.1 Transition from Government Furnished Material
(GFM) to Contractor Furnished Material (CFM) shall be completed as soon
as possible after contract award. GFM is limited to stock on hand and
due-ins. CFM encompasses all material required to repair the items in
the List of Repair Items (see Attachments). Offeror inventory
management responsibilities shall include, but are not limited to,
requirements forecasting, procurement, warehouse management, and
distribution of these materials to support repair operations. 2.1.2 The
offeror shall achieve Full Operational Capability (FOC) not later than
two (2) years after contract award. FOC is achieved when the offeror
has full responsibility for production of all Fuel Accessories items
(i.e. meeting the production schedule with quality items and CFM
transition is complete). 2.2 Repair Operations 2.2.1 The offeror shall
implement a comprehensive, credible Quality Assurance program. 2.2.2
The offeror shall perform the level of repair as appropriate for each
reparable item. The levels of repair are defined in applicable
technical repair instructions. 2.2.3 The offeror shall meet the limit
requirements (tolerance, dimension, inspection, acceptance test, and
life) and configuration requirements (form, fit, materials and part
number) for each Fuel Accessories workload item as defined in the
applicable technical order/manual (listed in the Master Listing of
Repair Items). Methods and procedures described in technical
orders/manuals are intended as a guide. The offeror is authorized to
utilize commercial equivalent procedures to meet the required
Government limits and configuration. 2.2.4 The Government will provide
a quarterly contract order for line item requirements. The offeror
shall deliver serviceable items to the Government on a leveled-quantity
schedule, computed by dividing the quarterly requirement evenly over
the quarter into a weekly delivery schedule. High priority line item
requirements shall be handled on an exception basis (i.e., MICAPs,
URGENT TCTO Modifications, etc.). 2.2.5 After consulting with the
cognizant government engineer, the offeror shall be responsible for the
acquisition of proprietary data directly from the original equipment
manufacturer (OEM), or other source, as required for repair operations.
2.2.6 If the offeror proposes to perform workload in-place, backshop
support will be limited. The offeror shall be responsible for backshop
repair requirements. Backshop requirements can be found in Work
Control Documents (WCDs) located in the Bidder's Library. 2.2.7 The
offeror shall be responsible for receiving, storing, packaging, and
shipping (to include premium and/or direct to the customer) of
reparable and serviceable items. 2.2.8 If offeror proposes to perform
workload in-place, initial facility and capital equipment maintenance
shall be offeror responsibility. Offeror facility maintenance
responsibility will not include exteriors and grounds upkeep. Equipment
maintenance responsibility includes software and support equipment.
Lack of Government furnished documentation or special maintenance
support equipment shall not relieve the offeror of maintenance
responsibility. 2.2.8.1 The offeror shall be required to acquire a
facilities and equipment lease agreement (application submittal) with
the eater Kelly Development Corporation (GKDC) once GKDC assumes
control. 2.2.9 The offeror shall provide for workload surge capability
in and supporting mission readiness by planning for flexibility all
operations to ensure the ability to respond to crisis, national
emergency, and significant fluctuations in demand. Planning should be
sufficient to handle workload volume increases up to TBD percent of
projected yearly requirement. 2.3 Affordability 2.3.1 If the offeror
proposes to perform workload in-place, and desires to introduce
incremental (including commercial) workload, offeror shall be
responsible for obtaining proper environmental assessments and
subsequent permits. 2.3.2 The offeror shall implement the following
tenets of lean logistics: maintain minimum throughput time and minimum
material costs for the Fuel Accessories items. A summary of lean
logistics terminology and principles is available in the Bidder's
Library. 2.3.2.1 The offeror shall integrate state-of-the-art business
practices across logistics activities which will result in smaller
inventories, smaller infrastructure, and lower cost and more timely
support to the customer. The approximate issue/response date will be 19
Apr 96. No telephone requests. Only written or faxed requests received
directly from the requestor are acceptable. All responsible sources
solicited may submit a bid, proposal, or quotation which shall be
considered. (0113) Loren Data Corp. http://www.ld.com (SYN# 0041 19960423\J-0001.SOL)
J - Maintenance, Repair and Rebuilding of Equipment Index Page
|
|