Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 18, 2005 FBO #1453
SOURCES SOUGHT

28 -- SECONDARY POWER SYSTEMS

Notice Date
11/16/2005
 
Notice Type
Sources Sought
 
NAICS
336412 — Aircraft Engine and Engine Parts Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, Hill AFB OO-ALC, OO-ALC/PKXD 6038 Aspen Ave (Bldg 1289), Hill AFB, UT, 84056
 
ZIP Code
84056
 
Solicitation Number
Reference-Number-FA8208-06-R-AAAA
 
Response Due
12/1/2005
 
Archive Date
2/28/2006
 
Description
NOTE: This is only a Request for Information (RFI), not a Request for Proposal (RFP) and is not considered a commitment by the Government. All information received will be for planning purposes only. The Secondary Power Commodity Council (SPCC) does not intend to award a contract on the basis of your response nor otherwise pay for the preparations of any information presented or the use of any such information. The RFI responses will be used to determine if a comparable source is available and more advantageous to the government. All proprietary information should be marked as such. This effort is to increase reliability and improve material availability with quality and cost savings benefits of secondary power systems through Performance Based Logistics (PBL). The PBL concept is to move away from managing individual parts, repairs, etc., and into an arrangement that supports reliability and delivery support. In this case, the purchase will be based on Power by the Flight Hour, a utility-based pricing model whereby the contractor is paid a fixed rate per flying hour. This PBL approach is the preferred Department of Defense product support strategy to improve weapons system/component readiness by procuring performance. The cornerstone of PBL is the purchase of weapons system/component sustainment as an affordable, integrated package based on output measures such as component availability and reliability, rather than input measures, such as parts and technical services. The end item will be delivery of reliability and support to the warfighter. The weapon systems include, but not limited to, F-16 and KC-135 aircrafts. The contractor must have the necessary design, manufacturing, production, and process data capable to provide the performance outcomes, predetermined levels of availability (i.e. delivery within 2-4 days CONUS, 5 days OCONUS, etc.), reliability increases from technology insertion, engineering for design changes, and technical data revisions for the Hamilton Sundstrand Corporation (HSC) secondary power systems. Also, the degree of reliability improvements being sought are of a nature that they will likely require the OEM to be deeply involved in configuration management issues and systems engineering design, i.e. some of the reliability improvements sought will result in significant system design changes which will require access to original design data and OEM intellectual property. This effort may require a potential offeror, on occasion, to supply newly manufactured major components, i.e. APUs, secondary power systems, and accessories to meet support requirements. The success of this PBL Power by the Flight Hour concept is based on the contractor?s efforts such as (to name a few), in building a better system, significantly modifying an existing system, improving the logistic support organization, spares optimization, etc. SPCC Market research shows this effort is proprietary to the original equipment manufacturer since the OEM holds the proprietary data and approval process for improvements. Therefore, this effort is being evaluated for other than full and open competition. This PBL must comply with 10 U.S.C. 2474 Centers of Industrial and Technical Excellence (CITE), which authorizes and encourages the head of the CITE to enter into a public-private partnership. A public-private partnership will be established with the single prime integrator and current organic depots, OO-ALC and NADEP Cherry Point which are located at Hill AFB, Ogden, Utah and MCAS Cherry Point, NC, respectively.. All touch-labor is anticipated to be performed by the Government depots with the support described above provided by the single prime integrator. It is anticipated that the contractor will be responsible for maintaining and controlling the current inventory of APUs, secondary power systems, accessories, modules, line replaceable units, spares and repair parts. Historically, labor has been accomplished on repair bridge contracts when the workload transferred from SA-ALC to OO-ALC. 10 U.S.C. 2466, stipulates DoD must maintain a core logistics capability that is Government-owned and Government-operated. Therefore the workload previously performed under repair bridge-contracts will be performed by the OO-ALC Depot or as determined by an approved Source of Repair Approval Process (SORAP). Responses to this announcement shall include the following1) Detailed descriptions of capability and experience in PBL Power by the Flight Hour for APUs, secondary power systems, and accessories for all aircraft listed above and address experience in making significant improvements to the end item(s); 2) Current or previous contracts on PBL Power by the Flight Hour for APUs, secondary power systems, and accessories or similar; 3) Impediments or unique issues that would apply to support at the end item level; and 4) Business size and percentage goals for small businesses. Please do not send brochures or other marketing information. Responses must be submitted in accordance with this synopsis and shall be limited to 10 pages. Responses to this announcement are to be submitted to Justen Bonham, OO-ALC/OBS SPCC, phone (801) 586-7286, Justen.bonham@hill.af.mil and must be received no later than 06 December 05. Point of Contact Justen D. Bonham, Contracting Officer, Phone (801) 586-7286, Fax (801) 775-6252, E-mail Justen.bonham@hill.af.mil Technical Point of contact: Russ Dyreng, Phone (801) 586-7287, Fax (801) 775-6252, E-mail russell.dyreng@hill.af.mil
 
Record
SN00932860-W 20051118/051116212007 (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.