Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 14, 2005 FBO #1145
MODIFICATION

A -- Joint Primary Aircraft Training System (JPATS)

Notice Date
1/12/2005
 
Notice Type
Modification
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
ASC/YTJV 1970 Monahan Way Bldg 11A Wright-Patterson AFB OH 45433-7211, 45433
 
ZIP Code
45433
 
Solicitation Number
FA8617-04-R-6150
 
Response Due
11/19/2004
 
Archive Date
10/31/2005
 
Point of Contact
Shannon Prince, Cheryle Lankford, Trini Rendon,(937) 904-4245, (937)904-4286
 
E-Mail Address
Email your questions to shannon.prince@wpafb.af.mil;cheryle.lankford@wpafb.af.mil;trinidad.rendon@wpafb.af.mil
(shannon.prince@wpafb.af.mil;cheryle.lankford@wpafb.af.mil;trinidad.rendon@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
UPDATE, 12 JAN 05: The final RFP is hereby released. Also attached are the Acquisition Schedule and 2 PCO letters (Source Selection Notification and Request for Proposal). Please note Shannon Prince is no longer a POC for this effort. The current POCs are: Cheryle Lankford (937-904-4197), Capt. Jason Ortiz (937-904-4609) and Trini Rendon (937-904-4286). UPDATE, 3 JAN 05: Regarding the Draft RFP posted 30 Dec 04, please be advised that the updated DRAFT RFP has a potential for up to a 10 year period of performance as opposed to the original 5 year period of performance. All comments/questions to the current Draft RFP should be received no later than 12:00 EST on 10 Jan 05. The Government may not respond with direct answers but may incorporate comments into the Final RFP. UPDATE, 30 DEC 04: The T-6 COMBS Services acquisition webpage has been updated to include the Draft Request for Proposal (DRFP) in response to the questions/comments to the DRFP posted 3 Nov 04. Only documents with changes/updates are posted. This includes the updated DRFP, Section L and Section M. Blue change bars highlight changes made. A document entitled "Industry Questions and Responses, 30 Dec 04" has also been posted. Questions can be directed to Cheryle Lankford, 937-904-4197, or Capt. Jason Ortiz, 937-904-4609. UPDATE, 24 NOV 04: Our e-mail system went down November 12 and was out not fixed until sometime the following week. As a result, some e-mail was lost. If you sent an e-mail responding to the draft RFP during that time, it may not have been received. If an e-mail was sent and you did not receive any response from our office advising receipt of the e-mail, please resubmit. We apologize for any inconvenience. UPDATE, 4 NOV 04: The files posted 3 Nov 04 for Attachment 2 (MESL) and Attachment 3 (MESM)were incorrect as the titles had been erroneously switched for the files. These files have been deleted and the correct files have been reposted with a 4 Nov 04 date. UPDATE, 3 NOV 04: The T-6 COMBS Services acquisition webpage has been updated to include a Draft Request for Proposal (DRFP). Please review the document in its entirety and submit comments and/or questions to the Contract Specialist cited therein no later than close of business 19 Nov 2004. Comments may be submitted electronically. If mailed, they must be postmarked by close of business 19 Nov 2004. Please note that there has been one slight update to the Government requirement. In addition to the previously identified locations requiring COMBS Services support, the Government has updated the DRFP to now also include T-6 Modification Line or any other depot level repair location as part of the requirement. The T-6 Modification Line is currently located at the Raytheon Aircraft Facility in Wichita, KS. The requirement involves providing safety of flight parts support for aircraft on the mod line that have component failure unrelated to work performed at that location. UPDATE, 1 OCT 04: Previously, it was adviced that ORCA would become mandatory on 1 Oct 04. However, the FAR final rule has not been published and no release date has been given. If ORCA becomes effective after the RFP is on the street, the solicitation would be amended to add the ORCA requirement. UPDATE, 30 SEP 04: Three attachments have been posted below. These are: The Government briefing from the Industry Meetings held 23 Aug - 15 Sep 04, questions and answers (with Government comments)resulting from the meetings, and an updated acquistion schedule (Attachment 2). UPDATE, 1 SEP 04: In the near future there will be a change to the FAR to implement the On-Line Representations and Certifications Application (ORCA). The "Open FAR Cases" report shows that the FAR final rule is being reviewed byOMB, and after that review is complete the final rule will be issued. ORCA will become mandatory on 1 OCT 2004. ORCA will be a web-based system that centralizes and standardizes the collection of FAR level certs and reps on-line. Potential offerors/ bidders will need to complete certs and reps online at least annually. Contractors who already are registered in the Central Contractor Registration (CCR) can get a head start by going to http://www.bpn.gov/orca to activate their ORCA profiles. Any information specific to the JPATS COMBS Services RFP above and beyond what ORCA entails will be included in the RFP. NOTE: A NEW ATTACHMENT HAS BEEN ADDED AT THE END OF THIS SYNOPSIS. THIS IS AN INVITATION FOR INDUSTRY TO MEET WITH THE GOVERNMENT. The Joint Primary Aircraft Training System (JPATS) Aircraft Program, Wright-Patterson AFB, OH is conducting an additional market survey for the follow-on Contractor Logistics Support (CLS) of the T-6A Texan II aircraft. We anticipate at most a 10-year (9 month basic and 9 annual ordering periods) Firm-Fixed Price/Time and Materials, Indefinite Delivery/Indefinite Quantity IDIQ) contract with contract award in accordance with Federal Acquisition Regulations (FAR) Part 15 no later than 30 Sep 2005. NOTE: THIS MARKET SURVEY SUPERCEDES PIXS SYNOPSIS 03R0009W (SOLICITATION #F33657-03-R-0009), WHICH WAS PUBLISHED ON 28 Mar 03. OUR ORIGINAL REQUIREMENT HAS CHANGES; WE WILL BE ACQUIRING CONTRACTOR OPERATED MANAGED BASE SUPPLY (COMBS) ONLY. AIRCRAFT MAINTENANCE SERVICE WILL NO LONGER BE INCLUDED ON THIS ACTION. T-6A Background The T-6A is a derivative of the Swiss Pilatus PC-9 MK II, which uses Non-Developmental Items (NDI) or derivatives of commercially available items to meet most system requirements. The T-6A was missionized by Raytheon Aircraft Company (RAC), Wichita, Kansas to replace the United States Air Force (USAF) T-37B and the United States Navy (USN) T-34C primary training aircraft. Raytheon owns the data rights to the T-6A design and all peculiar support equipment. The T-6A is a low wing, high performance, pressurized, turboprop aerobatic trainer. The T-6A will provide entry-level students with the skills necessary for contact/familiarization, instruments, formation, and navigation during both day and night conditions. T-6A training will lead to a level of proficiency that permits transition into one of the USAF or USN advanced pilot training tracks. Current Environment There are presently 143 T-6As stationed at four main operating bases (MOB): Randolph AFB, Texas; Moody AFB, Georgia; Laughlin AFB, Texas; and Naval Air Station (NAS) Pensacola, Florida. At the end of this 10-year CLS follow-on support contract (through FY 2015), there will be a total of 782 aircraft in the field stationed at these four MOBs and these additional bases: Sheppard AFB, Texas; Vance AFB, Oklahoma; and Columbus AFB, Mississippi; NAS Whiting, Florida; and NAS Corpus Christi, Texas. Currently, approximately 18% of the fleet has been delivered and the production line is scheduled to continue through FY 2015 with the production of 40-70 aircraft per year. In addition, the USAF anticipates approximately 30 Class I Engineering Change Proposals through FY 2012 that will involve (but are not limited to) both the airframe structural components (e.g., landing gear) and avionics subsystems. Attached is a list of some of the tasks in the execution or planning stages that will affect the upcoming CLS requirement. At this time, Raytheon Aircraft Company (RAC) provides both the T-6A production and CLS COMBS functions for this program. Presently, there are 4,000 line items that need to be managed; this figure may change as engineering changes are accomplished to the aircraft. If the awardee of this contract is other than the incumbent, the Government would require the establishment of an Associate Contractor Agreement (ACA) with the aircraft manufacture/ sustaining engineering contractor (Raytheon Aircraft Company, Wichita KS) and major subsystem contractors for avionics, engines, etc. Approximately 60% of the dollar value of spare parts is controlled by RAC proprietary drawings and designs which only specific suppliers are licensed to manufacturer. In addition, all aircraft parts are required to be manufactured and repaired under Federal Aviation Administration (FAA) certified processes to maintain airworthiness certification for military use. Follow-On Contract Description The CLS follow-on contract will procure COMBS support in accordance with FAR 15 for the T-6A aircraft at 11 Air Force and Navy sites. The contractor shall establish, operate and manage a COMBS at each operating base providing a range and depth (contractor determined) of spare parts/bench stock including parts for off-equipment/I-Level backshops, spare engines, engine Quick Engine Change (QEC) kits, engine modular components, repair parts, peculiar (special) hand tools, support equipment (SE) and expendables (including aircraft and SE bench stock) necessary to support the assigned JPATS aircraft at the specified utilization rate. The contractor will ensure that all COMBS components are FAA certified in accordance with FAA (Federal Aviation Administration) Part 23. The contractor shall ensure that all spare parts are configured, painted and balanced (if required) for immediate installation on JPATS aircraft in accordance with the approved government technical data. The contractor shall ensure that all items with shelf-life restrictions are maintained within items allowable limitations and tolerances. No JPATS aircraft component repair/maintenance shall be accomplished in the COMBS. The contractor shall only store JPATS aircraft parts, TCTO kits and SE in the COMBS. The contractor shall maintain data outlining required protective packaging and transportation requirements (electrostatic discharge sensitive items, fragile items, hazardous materials, etc) for contractor furnished spare parts and SE subject to special packaging requirements. The contractor shall support the bases? daily flight operations and any OPLAN, exercise, deployment, static display, fly-by, incentive flight or open house that involves JPATS aircraft or COMBS. The contractor shall have spare parts and expendables (not maintained in bench stock) available for the operating command within 30 minutes after receipt of a valid demand on the COMBS during normal duty hours and 30 minutes after arrival at the base when on-call. In addition, the contractor will ensure housekeeping is performed in the COMBS facility. The COMBS contractor will be expected to maintain a current COMBS spare inventory. As T-6A configuration changes are accomplished on the production line, the COMBS contractor will update COMBS inventory as appropriate. The COMBS contractor will be expected to provide all support equipment required to operate and maintain the T-6A. A list will be provided in any request for proposal. The COMBS contractor will be expected to perform or subcontract off-site Intermediate and Depot level repair of failed reparable components. A list of historical failure rates and the CAGE code of the manufacturer will be provided in any request for proposal. The COMBS contractor will be expected to provide their own office equipment, phones, phone service, furniture, material handling equipment, etc., required to operate the COMBS. The COMBS contractor will be expected to manage hazardous material IAW current Federal, State and Base regulations. T6-A hazardous materials are limited to paints/solvents, oils/greases and explosive components of the escape system. THIS IS NOT A REQUEST FOR PROPOSAL SUBMISSION. It is a market research tool to determine the availability and capability of potential sources. Firms responding to this announcement should indicate whether they are a large or small business, small disadvantaged business, woman-owned small business, HUBZone small business and/or service disabled veteran-owned small business. The North American Industrial Classification System (NAICS) Code 336411, Aircraft Manufacturing, applies to this acquisition with a size standard of 1,500 employees. All prospective contractors must be registered in the Central Contractor Registration (CCR) database to be awarded a DoD contract. Interested sources are encouraged to first register as source on the PIXS Web Site (http://www.pixs.wpafb.af.mil). PLEASE INFORM US IF YOUR FIRM INTENDS TO PERFORM THE WORK SOLELY OR IF YOU DESIRE TO SUBCONTRACT WITH THE PRIME CONTRACTOR. Technical Considerations In addition to the information requested above, interested firms should submit sufficient information that will permit evaluation of their technical capabilities. We will be assessing the level of market interest and competitiveness for this acquisition based on responses to the following: 1. Does your firm have experience providing COMBS support? a. Include past performance ratings/evaluations (e.g. Contractor Performance Assessment Ratings, Award Fee, similar contract awards) 2. What strengths do your firm have that enhance your ability to meet and/or exceed the T-6A COMBS requirements? (e.g. ISO 9000) 3. Cite your experience with aircraft parts management/distribution methods. a. How do you anticipate contending with multiple parts suppliers and long-lead items? 4. Describe the consumption forecasting/trend analysis models typically used by your firm. 5. Explain how the Government would benefit by contracting with your firm. What skills, business relationships, and/or experience distinguish you above any other contractor? a. Regarding business relationships, do you have any current partnering or non-competitive agreements that may impact the award of this contract? 6. Please provide a copy of any parts supply catalogues that you offer. a. Do you offer preferred customer discounts? 7. What configuration management/parts tracking strategies/tools will you employ to guarantee current inventory in the T-6A COMBS as parts configuration change? 8. Do you have MILSTRIP/GSA purchasing authorities? 9. How do you manage Government Furnished Property? 10. Innovation/Incentives ? what competitive approaches have you recommended in the past? a. What innovations/incentives may be appropriate for inclusion in the T-6A CLS COMBS contract? 11. Do you have an ITAR Import/Export License Capability? 12. What is your Parts Obsolescence Plan? 13. What has been your experience with Associate Contractor Agreements to date? a. What special ACA parameters would you recommend for the T-6A COMBS contract? 14. What market leverage do you have? What techniques will you employ to guarantee timely parts supply to the COMBS? 15. What is your Small Business/Small Disadvantaged Business Subcontracting Plan? a. How will you incentivize SB/SDB participation on this contract? 16. Can you provide common Support Equipment for the T-6A COMBS? 17. What experience do you have with FAA Part 23 certification and how would you seek to establish and/or maintain this capability for yourself or your potential suppliers? Information should be pertinent and specific to CLS and address the capabilities outlined above. All parties are asked to provide a telephone number, an e-mail address and a facsimile number in their response. Information marked ?Proprietary? will be protected and will not be divulged unless mandated by existing laws. THIS INFORMATION SHOULD BE SUBMITTED IN WRITING TO ASC/YTLJ, BLDG 11A, ROOM 201-I, 1970 MONAHAN WAY, WPAFB OH 45433-7211 NOT LATER THAN CLOSE OF BUSINESS 19 DEC 2003. The points of contact are Cheryle Lankford (937) 904-4197 and Shannon Prince (937) 904-4245. Any non- technical and/or contractual questions should be referred to one of the above individuals. A copy of the Statement of Work (SOW) on the current T-6A sustainment contract will be provided upon request by one of the above individuals. Program/technical questions should be directed to Amy Smith (937) 904-4208. In accordance with recent changes to the Air Force Materiel Command Federal Acquisition Regulation Supplement (AFMCFARS), the position of the ASC Ombudsman has been terminated. If any offeror or potential offeror has any questions or concerns about this particular acquisition please direct all comments to Contracting Officer Trinidad Rendon (937) 904- 4286. INFORMATION CONTAINED IN THIS SYNOPSIS IS FOR INFORMATION AND PLANNING PURPOSES ONLY, IT DOES NOT CONSTITUTE A REQUEST FOR PROPOSAL (RFP) AND IT IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. For more information on 04R6150--Joint Primary Aircraft Training System (JPATS) please refer to http://www.pixs.wpafb.af.mil/pixslibr/04R6150/04R6150.asp
 
Web Link
04R6150-Joint Primary Aircraft Training System (JPATS)
(http://www.pixs.wpafb.af.mil/pixslibr/04R6150/04R6150.asp)
 
Record
SN00733836-W 20050114/050112212122 (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.