Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 18, 2002 FBO #0320
SOURCES SOUGHT

15 -- Commercial Support Services for C-130B/F/H/H-30 Aircraft and Variants and T-56 Engines

Notice Date
10/16/2002
 
Notice Type
Sources Sought
 
Contracting Office
Department of the Air Force, United States Air Force Europe, USAFE Contracting Squadron, USAFE Contracting Squadron UNIT 3115, APO, AE, 09094-3115
 
ZIP Code
09094-3115
 
Solicitation Number
Reference-Number-F61521-03-Q-P900
 
Archive Date
1/30/2003
 
Point of Contact
Molly Harris, Ms., Phone (49) 631 3539 142, Fax (49) 631 3539 250, - Sheila Riley, Contracting Specialist, Phone (49) 631 536 6736, Fax (49) 631 536 8506,
 
E-Mail Address
Molly.Harris@ramstein.af.mil, Sheila.Riley@ramstein.af.mil
 
Description
SECTION I Description: Market research and Request for Information (RFI) for commercial support services (CSS) for C-130B/F/H/H-30 aircraft and commercial variants, and related T-56 engines and avionics in support of Foreign Military Sales (FMS). RFI is to identify opportunities to decrease costs, improve efficiency, and increase level of logistical services for FMS customers. Disclaimer: This Market research and RFI is for planning only, and shall not be considered a Request For Proposal (RFP), an obligation from the U.S. Government (USG) to acquire any products or services, or authorization to incur any cost in anticipation of such authorization. Funding is currently not available to execute acquisition for this program. The USG does not intend to award a contract on the basis of this RFI or pay for information solicited. This information is subject to change and in no way binds the USG to pursue any course of action described herein. If the USG chooses to issue a RFP, another notice will be published. Foreign firms and foreign nationals will not be allowed to participate directly in any resultant acquisition due to section 42(B) of the Arms Export Control Act restrictions that apply when FMF credit funds are used. Competition is limited to sources incorporated within the United States (US) providing majority of products and services from the US. SECTION II Background: HQ United States European Command (HQ USEUCOM) has identified a potential need for a commercial program to provide C-130 aircraft sustainment support to FMS customers in Saharan and Sub-Saharan Africa. Program will likely initially involve 24 aircraft belonging to four countries, and must be able to expand in future years to include up to 106 aircraft from 13 countries. SECTION III Purpose: RFI is to solicit technical and business information from industry to aid in the formulation of a competitive best value contact for C-130 CSS as detailed below. Aggregate of information received is intended for use in the development of the government strategy, performance work statement (PWS), and future solicitations. RFI is to give industry the opportunity to participate in designing the initiatives that will optimize wholesale logistical support of participating FMS customers, encourage exchange of information on the technical aspects of the program and likely costs, and determine the viability of industry to provide the services in the manner envisioned. SECTION IV Description: RFI description manifests the USG?s need for single point repairable supply and depot maintenance management of a C-130 CSS program for FMS customers. HQ USEUCOM is formulating requirements for a PWS to acquire a full range of aviation related support services as follows: - Parts management for repairables and consumables (order, stock, issue and rotate), sustainment management engineering, component repair and return, acquisition and repair of non-standard parts, depot maintenance and overhaul, airframe, component, and engine modification, conversion and upgrade, necessary TMDE and ground support equipment (GSE), technical assistance, scheduled and emergency on-site field teams, and operational and maintenance training. - This initiative has two primary goals: (1) Decrease FMS customer costs in supporting C-130s in several African countries by achieving economies of scale, (2) Provide cost-effective single source for parts, and component and depot maintenance services. Facilities may be the company?s own, the US Government?s, or leased. Distance from customer country locations in Saharan and Sub-Saharan Africa should be considered in an effort to keep response times and costs low. -USG will perform as an intermediary and provide oversight for the FMS customers through in-process reviews, status and workload report reviews, site visits, and other methods. - The potential contract is a competitive best value single award indefinite delivery indefinite quantity (ID/IQ) for an anticipated period of five years. The anticipated award date is April 2003 for 3 year period. At the three-year point the remainder of the program will continue in one-year option increments predicated on receipt of valid requirements from the FMS community indicating a desire to continue operating the aircraft, and a desire to continue with and/or extend the contract. -Proposed major PWS areas to be addressed: program management (financial, program integration, security of facilities, equipment, and documents, and information technology); sustainment engineering (quality assurance, systems improvement, configuration management, and system safety); materiel management (acquisition, forecasting, resource planning, inventory and document control, disposition and disposal, packaging, packing, preservation, and transportation); technical publications (maintenance and distribution); maintenance (aircraft performance upgrade, aircraft refurbishment/overhaul, aircraft repair, T-56 engine overhaul and modification to commercial standards, component repair and overhaul, test measurement and diagnostics equipment (TMDE)); Contracted Field Teams (CFTS) (technical and engineering services, all levels of maintenance and repair, aircraft shipping and delivery, CONUS and OCONUS operational flight crew and maintenance training, and safety, supply system, GSE/TMDE, and systems training. Specific Information from Industry: (1) Program management and integration: does industry have specific suggestions for how the USG should plan, organize, implement, and control the tasks associated with this RFI? (2) Security: what provisions are available to safeguard USG, foreign government, and contractor materiel, property and assets from misuse, sabotage, theft, and loss? (3) Off-site Work: What procedures and processes will be used when performing maintenance away from the primary depot/maintenance facility? (4) Facilities: what worldwide facilities would likely be used for maintenance and depot work on the African continent? (5) Existing USG Facility Access: is access to other USG owned/leased facilities available through other existing contracts, and if so, what are the terms of use for off-contract work (i.e. non-interference only)? (6) Capacity: what is the capacity of the facilities in terms of number of airframes and major components in depot production at one time, warehousing for spare parts? (7) Improvement: How will installation and tracking of fleet wide multiple-country unique aircraft and power plant modifications be managed? (8) Configuration Management: how can a configuration baseline for all aircraft covered under potential contract be established and if so, how will it be developed and accepted by multiple countries? (9) Personnel: Does the contractor have sufficient trained personnel to manage and react to all aspects of this proposed program? (10) Measuring Quality Assurance and System Effectiveness: how will metrics be identified and defined? (11) Metrics: provide possible examples to identify and demonstrate comprehensive management and review of data to indicate trends, progress of system design, processes, fabrication, assembly, testing and acceptance improvements. (12) Metrics Review: who should receive information, how often will it be recorded and presented, and who ensures appropriate action is designed and taken? (13) Bulletins: what procedures will be in place to cover at a minimum, changes to the following; service bulletins, airworthiness directives, airworthiness releases, and other related items, and can a transition be made from USG support of this process to entirely commercial support? (14) Technical Data Availability: the contractor should explain its ability to access all system-specific technical data needed for spare parts production/acquisition, configuration management, safety engineering, and all other functions identified in this RFI. (15) Stock on Hand: does the contractor currently have substantial (quantify) quantities of applicable C-130 parts in stock? (16) Stock Acquisition: does the contractor currently have access through teaming or other arrangements to any such stock from another source, and if so, what stock, how much, and on what terms? (17) Direct Vendor Delivery (DVD): are arrangements/capabilities in place for DVD or can a description of experience be provided? (18) Maintenance Management: can industry organize, plan, repair, and sub-contract, as necessary to ensure repair, test, and configuration control of components returned for overhaul or other maintenance? (19) Technical Publications: it will be up to the contractor to update, manage, maintain, and distribute all required publications to the FMS customer. The contractor should identify any issues that would interfere in the total conversion of the technical publications to a commercial standard. (20) CONUS/OCONUS Contractor Field Teams (CFT): can the contractor provide examples and/or a plan to show coverage in the following areas: training (operational, maintenance, technical and engineering services. (21) Training: Substantial training requirements have been identified. Include the contractor?s ability to provide all-inclusive aviation training program consisting of all levels of maintenance on aircraft and components, flight crew, loadmaster, operations, safety, GSE, communications and navigation systems, and aircraft survival equipment. (22) Training Availability: what is the current availability of systems specific training programs and is a certification or license awarded upon completion? What is industry?s ability to provide such programs and how should they be managed/operated given the disparate requirements of the various countries? Transition Issues: This RFI and potential contract to follow should create a commercially supportable program with the USG having no support obligations other than management and oversight of the contract as stated in this RFI. Therefore, industry is invited to expand on the following transition issues of concern: (1) transition from USG MILSPEC parts to commercial standard stock, technical data development accessibility and conversion to commercially accepted practices, and DVD; (2) Describe ability to establish associate contractor agreements (ACA) with numerous vendors and identify anticipated agreements. Solicitation Concerns: Provide recommendations based on industry/aviation experience and best commercial practices for the following: (1) suggested type/types of contract (2) suggested contract line item number/pricing structures (3) contract incentives and terms that may be offered to target high performance lower costs, and improve reliability (4) identify and discuss most effective best value evaluation discriminators (technical, performance, management, etc.) (5) identify potential subcontracting goals relative to this RFI, and (6) discuss other business and financial issues not identified. SECTION V Solicited Information and Responses: All responses shall refer to RFI identification # F61521-03-Q-P900. Interested firms capable to act as prime contractors are invited to submit omprehensive information for planning purposes, with concept of operations, along with a brief description of the firm?s history, capability with data to substantiate qualifications to perform this multifaceted effort. Examples demonstrating market competence, rough order of magnitude cost and availability data, and manufacturing, domestic and foreign delivery experience/capabilities should also be included. Firms should indicate their business size status relative to the NAICS code of 336411 and if interest is as a prime contractor, subcontractor, or teaming partner. Industry should address each objective as specifically as possible, indicating those elements believed to be achievable and adequate to satisfy the objectives. Identify objectives not listed that may be important to the implementation of the program. Describe restrictions or challenges that may be faced implementing this program. Contractors are encouraged to use teaming arrangements pursuant to FAR 9.6 to provide solutions and/or recommendations when responding to this request. Possible teaming arrangements should be identified. Partial responses may be submitted. If a firm wishes to make an in-person presentation of its proposal to the USG, please indicate and arrangements may be made at the USG?s discretion. SECTION VI Government Points of Contact: Provide responses to USAFE CONS/LGCD, ATTN: Molly Harris, tel DSN 489-6805, commercial 011-49-631-536-6805. email: molly.harris@ramstein.af.mil NOT LATER THAN 15 JAN 03.
 
Place of Performance
Address: Saharan and Sub-Saharan
Country: Africa
 
Record
SN00188927-W 20021018/021016213413 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.