Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 24,1996 PSA#1580

Sa-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