Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 30, 2005 FBO #1404
SOURCES SOUGHT

45 -- ARMY SPACE HEATER/IMPROVED ARMY SPACE HEATER

Notice Date
9/28/2005
 
Notice Type
Sources Sought
 
Contracting Office
RDECOM Acquisition Center - Natick, ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
 
ZIP Code
01760-5011
 
Solicitation Number
PMFSS-HEATERS
 
Response Due
10/30/2005
 
Archive Date
12/29/2005
 
Small Business Set-Aside
N/A
 
Description
The purpose of this survey is to solicit your interest, current capabilities, and potential in performing the roles of Product Support Integrator (PSI)/Product Support Provider in support of the Army Space Heater/ Improved Army Space Heater (ASH/IASH ) Performance Based Logistics (PBL) Program. The Government is seeking information to develop a PBL concept for the ASH/IASH. The Government has not committed to PBL for the ASH/IASH at this time. IAW Army Regulation 70-1 and DOD 5000.1, PBL is DODs pre ferred support strategy for materiel systems. The Army will implement PBL, when appropriate, on weapon systems in order to provide the war fighter increased operational readiness; increased reliability; enhanced logistics response times; enhanced deployme nt support; enhanced wartime support; reduction in the logistics footprint; and reduction in logistics costs. The term PSI refers to both government and civilian agencies with which we may establish a contract or an agreement. Under a PBL contract, the contractor would be responsible for a large portion of the ASH/IASH logistics support, such as supply chain management and reduction in scheduled and unscheduled Crew, Organizational and Direct/General Support level maintenance th rough improvements to the system. The Army would retain responsibility for all maintenance of the ASH/IASH. Sustainment training would be the contractors responsibility. The support process is required to be transparent to the war fighter. In addition , the contractor would be responsible for ASH/IASH configuration management, to include recommendation and implementation of configuration changes to improve performance and reliability. PBL Definition: See Appendix A for Definitions of PBL and other frequently used terminology. Intent: Length/Type of Contract: Contract is expected to be a Firm Fixed Price Contract for up to 20 years. Goal: The ultimate goal is improved readiness and ultra-reliability. Our goal is to structure a contract, which would incentivize the contractor to maximize system reliability, thereby reducing maintenance, spare parts and training requirements in the process. Desired Results and Outcomes: 1. Operational readiness 98% or better for the system. 2. Reduced Logistics Footprint, unscheduled maintenance, training burden, scheduled maintenance and maintenance times. Proposed Measurements: Level of performance expressed in terms of measurable outcomes/how outcomes are to be measured and evaluated. Potential Performance Measures: The following performance measures could be established for the ASH/IASH for supply support and can be tracked through the Commodity Command Standard System (CCSS). 1. The PSI would be responsible for maintaining a Non-Mission Capable Supply (NMCS) rate, e.g., less than 2% at the Organizational and Support (under the two-level maintenance concept; Field and Sustainment level of maintenance). 2. The PSI would be responsible for the transportation/shipping of material to destination. The PSI would ship all assets to the commercial shipping address specified by the activity. The PSI would be responsible for meeting delivery time frames specified below. The PSI must be able to provide asset visibility to the requisitioning agency and would be responsible for providing input to the Global Transportation Network (GTN) for all shipments of material for which the PSI is assigned as the Inventory Contr ol Point ICP. Order Ship Time (OST) is the time from when a requisition is dropped to the time it is closed out by the recipient and is inclusive of transportation) Order Ship Time (OST) for Essentiality Code A items: Priority 01-03; 2-3 days Priority 04-08; 4-5 days Priority 09-15 6-8 days Order Ship Time (OST) for Essentiality Code C items: Priority 01-03; 3-4 days Priority 04-08; 5-7 days Priority 09-15 8-10 days 3. Inventory Control. The PSI would be accoun table for the storage, management and distribution of the wholesale inventory using the PSIs approved inventory management processes. Warehouse Denials would be 0%. The PSI would be responsible for the management and accountability of the retail stock a t ASL/ PLL level. The required outcome is to have serviceable spares and repair parts available to support planned ASH/IASH operational requirements. The PSI would report the status of the wholesale inventory to the Government 4. Quality of Parts. All articles delivered would be required to be free from defects in accordance with their operational application. Any article failing to operate correctly would be returned to the PSI for repair or replacement. If the PSI is a contrac tor, a monthly report would be required. If the PSI is government, Quality Deficiency Reports (QDRs) would be monitored. 5. Failure Reporting, Analysis and Corrective Action. The PSI would, as part of an overall reliability program, define and describe the implementation of a failure and fault reporting, analysis and corrective action program. The PSI would tabulate and trac e all reported failures from discovery to action closeout. All failure analysis would be closed out within 60 days of occurrence unless the Government grants an extension. 6. Supply Support Requirements. The PSI would procure, repair, overhaul, manage, and distribute spare parts and material, both repairable and consumable, to satisfy all ASH/IASH wholesale and retail supply support requirements. The PSI would procure and d istribute retail level requirements. This refers specifically to Authorized Stockage List (ASL) and Prescribed Load List (PLL). The PSI would make recommendations to unit commanders on lines to be stocked at the unit and Direct Support (DS) level. The PSI would be responsible for determining wholesale requirements to support demand forecasts. The PSI would provide the necessary services to accommodate anticipated Government requirements (deployments). 7. Electronic Data Interchange (EDI). The PSI would receive and process all requisitions and maintain an on- line requisition status tracking and reporting system capable of providing requisition and transportation status, requisition cancellations, and re quisition notifications. The system would have to be capable of providing status on all Government requisitions to authorized Government offices and individual requisition status to requisitioning units. 8. Configuration Management. The PSI would manage the ASH/IASH weapon system configuration to ensure integrity and compatibility of the system, subsystem, assembly, and subassembly configuration baseline in an automated configuration database. 9. The PSI would administer and manage a repair program for Line Replaceable Units (LRUs) while retaining other metrics as outlined above. 10. Reduced Logistics Footprint  The government would seek a measurable reduction in number of tools required (special and common); measurable reduction in number of maintenance, repair and troubleshooting tasks; measurable reduction of training required ; and a measurable increase in fuel economy. PBL System Candidates: See Appendix B for profile of the ASH/IASH. Systems to be supported under this PBL Program are systems currently in production, systems currently in the Army fleet, and reset/recap systems. These profiles would include both wartime and peacetime OPTEMPO and specific details necessary to determine level of work required to perform the support operations. PBL MARKET SURVEY QUESTIONAIRE 1. Name of Firm Address City, State, Zip Code Point of Contact Name Telephone Number Email Address Website Address 2. What would be your business approach to meeting the responsibilities as outlined above for managing the ASH/IASH inventory? 3. How would you propose meeting the goal of ultra-reliability/readiness? 4. What potential constraints or boundaries do you see with one contractor having ultimate responsibility for managing the majority of logistics and configuration support under a PBL arrangement? 5. How do you see the government measuring performance in these specific areas for obtaining supply support, reliability, training and maintenance? What suggestions might you have? 6. What would you recommend as the approach to supply chain management in support of the ASH/IASH? 7. How would you approach performance of sustainment maintenance and reduce system maintenance, both scheduled and unscheduled? 8. How would you approach operator/maintainer sustainment training and reduce training needs? 9. Would you be willing to provide this type of support under a long-term contract? 10. How would you support deployed units? 11. How do you foresee the target price for a fixed level of PBL to be set up? What would a fair payment plan/schedule consist of and how could it be linked to successful performance? Response to this market research survey questionnaire should be sent via email to the POC below. You can respond in total or to any part of this questionnaire. Any product literature that cannot be emailed may be sent to: PM Force Sustainment Systems, APM Shelters Bldg 5, Room S-145 ATTN: Leon Socha 10 Kansas St. Natick, MA 01760 508.233.6950 Leon.socha@natick.army.mil Replies to this questionnaire must be received by 30 October 2005. You may fax in your response to (508) 233-5379 if you do not have electronic capability. You are allowed to mark any document or information submitted as confidential. Please mark your i nformation Proprietary, as you feel appropriate. Your input is voluntary and no compensation can be made for your participation in this survey. We appreciate your cooperation in answering these questions and thank you in advance for your participation. APPENDIX A DEFINITIONS Performance Based Logistics (PBL): PBL is a product support strategy in which the logistics requirements are stated as expected results (outcomes), and wherein the responsibility and accountability of meeting these expectations fall on the PMs designated Product Support Integrator (PSI) and their support provider(s). PBL is: - Buying results not resources - Using performance specs not design specs - Buying solution or an outcome not defining the process and methods to achieve a pre-determined course of action. - About assigning responsibility to the supplier not the requiring organization. Product Support Integrator (PSI): The PSI is intended to identify a single source as being responsible and accountable for providing product support to the assigned Defense/Army system. This is designated to an agency (private, public sector or a private /public sector partnership). Product Support Provider (PSP): The PSP is anyone that provides a logistics/support product or service in support of a materiel system. This term applies to all providers that have not been designated by the PM as the PSI. The PSI would be required to n egotiate Performance Based Agreements (PBA) type arrangements with all PSPs to fulfill their responsibility. Examples of PSPs include: DLA centers, AMC MSC Inventory Materiel Management Centers (IMMCs), Depots, contractors sub-contractors, etc. Ultra-reliability: The probability that an items performance will go beyond its intended function of a specified interval under stated conditions. APPENDIX B IASH/ASH PBL CANDIDATE PROFILE TEMPLATE System Army Space Heater/Improved Army Space Heater (ASH/IASH) System Description/Mission Profile SYSTEM DESCRIPTION The ASH is a joint service military approved heater that supports Army and Air Force missions including Force Provide, DEPMEDS, maintenance operations, aviation maintenance operations as well as other critical operations centers. The IASH provides clean, h eated air to safely warm troops in cold and extreme cold weather envir onments. Special safety features include carbon monoxide sensors and alarms. Basic Sustainment Materiel (BSM): There is a requirement that must be supplied before the unit can be operated. It needs fuel. The ASH/IASH has a multi-fuel capability (JP-8 primary) with a 14 gallon internal fuel tank for operation at a minimum of 8 hou rs. It operates on 3KW generator (external power). Predecessor System Information: Many crucial military activities and important facilities require the capability for sustained operations in cold weather conditions. Shelters housing sensitive and/or critical operations in these locations must be heated with clean air to provide a tolerable environment for both personnel and equipment. Present Army heaters do not provide the required air quality, are not rugged enough to meet military environmental requirements, are not adequate for use with all existing shelters, do not support the concept of a one-fuel battlefield and present unnecessary health and safety risks to personnel. Existing gas-fueled heaters are considered dangerous because of the gasoline fuel used and the unvented design which preclude saf e air re-circulation contributing to a carbon monoxide hazard. The carbon monoxide hazard was cited in a 1 Apr 82 multi-service Ad Hoc Working Group meeting. The IASH replaces existing gas-fueled heater cited by the Field Medical Systems Steering Group a s carbon monoxide hazard to troops in the field. Many of the heater components are over 20 years old making them more difficult to logistically support. The ASH/IASH replaces the antiquated gasoline-fired heaters that are unsafe, dangerous, and obsolete a nd are not easily logistically supportable. MISSION SCENARIO The IASH will operate worldwide to operate various shelters with clean, recycled air. Storage, transportation, and deployment will include operations in cold, basic and hot climates as defined in AR 70-38. The IASH will be issued to units Army-wide and will be used throughout the Force XXI battle-space. The IASH provides climatic conditioning for maneuver elements that require heat for aircraft engines and ground vehicles. Command and control elements requ ire IASH climatic conditioning for tactical operation and communications centers. Support elements such as base support companies (BSC), division support battalions (DSB), division aviation support battalions (DASB), and corps support commands (COSCOM) re quire IASH climatic conditioning for maintenance shelters, medical facilities, and troop billets. RELIABILITY Thresholds and objectives are identified by [T] and [O], respectively. Heaters will operate within an ambient temperature range from +65 degrees Fahrenheit (F) to -40 [T], -60 [O] degrees F unassisted start, -60 [T], -65 [O] degrees F assisted start, in a ll climatic conditions. The heater capacities are 60,000 [T], 70,000 [O] BTUs; 120,000 [T], 150,000 [O] BTUs; and 350,000 [T], 400,000 [O] BTUs when operated at sea level up to 4,000 feet. The heater will produce a rated output during inclined operations of up to 10 degrees [T], 20 degrees [O] from the horizontal. The ASH/IASH must have a probability of completion of 20 consecutive days operating 21.5 hours per day with no more than one essential function failure/system abort of a least R(EFF/SA) = 0.94. The Median Time To Repair (MedTTR) for all Essential Unscheduled Maintenance Demands (EUMD) must not exceed 1 hour. The Maximum Time T o Repair for 90% of all EUMD (MAXTTR 90) must not exceed 1.5 hours. OEM CMDC-Choctaw Manufacturing Development Corporation McAlester, OK Point of Contact Name: Mr. Chet Hunter Telephone Number: (918) 426-2871 Email Address: chunter@cmdc.us Fleet Assessment There is no AR 220-1 readiness reporting requirements for this heater. Maintenance Planning The heaters, singly or in multiples, must provide clean, heated output air (with clean ambient intake air) to existi ng shelters. Under normal, 24-hour operating conditions (three 8-hour shifts); it will provide 21.5 hours of on-demand heat. The additional 2.5 hours will consist of 1.5 hours for set up (to include starting, shut down and relocation) and 1 hour for prev entive maintenance checks and services (PMCS). The heater will be used for varying time periods with refueling and scheduled services performed as required. Routine servicing will be accomplished at the operator/crew level and will consist of, but not be limited to, cleaning and replacing filter elements, refueling and conducting PMCS. The PMCS will be performed by the authorized operator (unit-designated and licensed). The DS and GS maintenance will be performed by MOS 63J, 52C, and 44B personnel. Ope rator training will be provided by unit licensing authority. Maintenance training will be conducted at the U.S. Army Ordnance Center and School (USAOCS) as it is for current space heaters. The heater has the same mission when employed during peacetime as it does during wartime. The total maintenance ratio must not exceed 0.013 maintenance man-hours/operating hour. Unit Maintenance Unit maintenance includes Preventative Maintenance Checks and Services (PMCS), replacement of easily accessible unserviceable parts not requiring special tools or test materiel, lubrication, cleaning, preserving, tightening, replacement of parts and module s (authorized by the MAC, minor adjustments, and inspection of components. Direct Support (DS) Maintenance. DS maintenance using common test equipment provides Line Replacement Unit (LRU) services to unit maintenance. General Support (GS) Maintenance The current Maintenance Allocation Chart (MAC) does not identify any GS level tasks. Depot Maintenance No depot-level maintenance is required. The only contract maintenance would be in conjunction with any applicable warranty. NOTE: Response to this market research survey questionnaire should be sent via email to the POC below. You can respond in total or to any part of this questionnaire. Any product literature that cannot be emailed may be sent to: PM Force Sustainment Systems, APM Shelters Bldg 5, Room S-145 ATTN: Leon Socha 10 Kansas St. Natick, MA 01760 508.233.6950 Leon.socha@natick.army.mil Replies to this questionnaire must be received by 30 October 2005. You may fax in your response to (508) 233-5379 if you do not have electronic capability. You are allowed to mark any document or information submitted as confidential. Please mark your i nformation Proprietary, as you feel appropriate. Your input is voluntary and no compensation can be made for your participation in this survey. We appreciate your cooperation in answering these questions and thank you in advance for your participation.
 
Place of Performance
Address: RDECOM Acquisition Center - Natick ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street Natick MA
Zip Code: 01760-5011
Country: US
 
Record
SN00905780-W 20050930/050928211950 (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.