Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 16, 2006 FBO #1663
SOURCES SOUGHT

16 -- F-22 Performance Based Logistics (PBL) Sustainment

Notice Date
6/14/2006
 
Notice Type
Sources Sought
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 2275 D Street, Wright-Patterson AFB, OH, 45433-7218
 
ZIP Code
45433-7218
 
Solicitation Number
Reference-Number-F22WSPBLSUST
 
Response Due
6/28/2006
 
Archive Date
7/13/2006
 
Description
Potential Sources Sought. This is not a Request for Proposal (RFP). The Aeronautical Systems Center F-22 System Program Office (ASC/YFK) is conducting a market survey for a long-term Performance Based Logistics (PBL) sustainment contract for the F-22 air vehicle. ASC/YFK anticipates issuing a long term PBL contract for sustainment of the present/future F-22 fielded fleet on or about 1 Jan 08. The potential period of performance for the contract associated with this sources sought synopsis is Calendar Year (CY) 08-CY17. This acquisition is a follow-on to the sole source sustainment effort currently being performed by Lockheed Martin Aeronautics (LMA), under the F-22 production contract FA8611-05-C-2850. The purpose of this notification is to determine whether any competitive sources exist for this requirement. Program Background The Advanced Tactical Fighter (ATF) Demonstration/Validation phase involved two competing aircraft teams, led by Lockheed Martin Aeronautics (with General Dynamics and Boeing as team members) and Northrop (teamed with McDonnell-Douglas), and two competing engine contractors, General Electric (GE) and Pratt &Whitney (P&W). On 23 Apr 91, the Secretary of the Air Force selected Lockheed Martin Aeronautics for the air vehicle and overall weapon system integration and P&W for the engine. The ATF was re-designated as the F-22, and Milestone II approval was confirmed by an Acquisition Decision Memorandum (ADM), 1 Aug 91, authorizing F-22 Engineering and Manufacturing Development (EMD) and long lead procurement for four Pre?Production Verification (PPV) air vehicles. EMD contracts were awarded in Aug 91. The air vehicle Preliminary Design Review (PDR) was completed on 30 Apr 93 and the Critical Design Review (CDR) was conducted on 20-24 Feb 95. Follow-on Operational Test and Evaluation (FOT&E) began 29 Aug 05 and completed on 23 Nov 05. The Joint Interoperability Test Command (JITC) awarded the F-22 Joint Systems Interoperability Test Certification on 14 Dec 05, finding the F-22 met all its critical interoperability requirements and certifying it interoperable for joint use. Initial Operating capability (IOC) for the F-22 was declared on 15 Dec 05. IOC declaration verifies the aircraft as a fully capable, multi-mission platform ready for combat. Full and open competition was used in the Demonstration/Validation (Dem/Val) phase of this program. The program was down-selected to two teams for both the air vehicle and engine EMD competition. As a result of the competition, Lockheed Martin Aeronautical Systems (LMAS), currently Lockheed Martin Aeronautics Company (LMA) and Pratt & Whitney (P&W) Large Military Engines received EMD contract awards. LMA currently provides F-22 sustainment support within the production contract and Pratt & Whitney provides F-119 engine support under a separate contract. The air vehicle sustainment program is presently known as Performance-based Agile Logistics Support (PALS). The future sustainment effort will establish a Performance Based Logistics (PBL) contract arrangement with partnering of Air Logistics Centers for depot level repair. The effort will continue field sustainment via Contractor Logistics Support (CLS) and public/private partnering for the entire F-22 fleet. PALS is a two-phased support strategy for the F-22 air vehicle. Phase I support (Initial Operational Capability) is provided by the prime air vehicle contractor and progresses through Phase II (follow-on support), which includes public-private partnering for depot maintenance as a fundamental approach. The PALS concept of operations for the F-22 air vehicle builds on, and is consistent with, the overall weapon system support concept, and focuses on system user priorities of availability, cost, and accountability. The PALS program currently supports United States Air Force (USAF) operators of the F-22 aircraft. Full intermediate level (back shop) and depot heavy maintenance are currently performed and managed by Lockheed Martin Aeronautics. Organizational level maintenance of the F-22 fleet will continue to be performed by USAF maintenance personnel. The F-22 long-term PBL sustainment prime contractor must demonstrate an ability to perform the following functions: Product Support Integrator (PSI), fleet management, material management, support equipment management, technical order data management, maintenance management and customer technical services. Each of these functions is described below. Under the PBL guidance and concept, there is usually a single focal point for responsibility and accountability. For the F-22 sustainment program, that focal point is known as the Product Support Integrator (PSI). As such, the PSI will be required to implement PBL guidance and have a total weapon system support focus for the entire F-22 fleet, regardless of location. The PSI will be responsible for integration across vendors, subcontractors and the government. Additional SPI functions include oversight of all program support, partnering agreements, aircraft maintenance, modification scheduling and supply chain management. Pratt & Whitney will continue to provide engine sustainment support through a partnered arrangement with Oklahoma City Air Logistic Center (OC-ALC) under a separate contract. The F-22 PSI sustainment concept of operations addresses the following elements of support products and services: fleet management, material management, support equipment, technical order data (TOD), maintenance management and customer technical services. This effort also includes follow-on flight test, support of air vehicle modernization, and modification programs. The support program elements are implemented with a shared responsibility between the sustainment prime contractor and the USAF. The fleet management program functions include providing the technical information and support service resources to enable maintenance and materials management. Functions include: program management, (which encompasses comprehensive contractor support planning and integration), implementation and contract management; overall fleet management, retrofit planning, life cycle management and workload scheduling; configuration control; air vehicle life management; logistics support analysis, maintenance planning; training support; customer services support (including site activation), operation of a technical support center and contractor base-level support for operational sites. Material management addresses inventory and configuration control point functions for F-22 initial and replenishment peculiar spare parts and spare modules. Functions include: inventory management of government and contractor furnished material, forecasting, procurement, storage, handling and transportation (PHS&T) of parts and modules, distribution, on-base support of the F-22 Aircraft Parts Store, identification of common part requirements and shipping of assets by government or contract methods as appropriate. Support equipment responsibilities include: procurement and delivery of all peculiar support equipment (PSE); material management for all PSE; PHS&T responsibilities, management of all PSE and PHS&T equipment repairs and procurement; and configuration control of all support equipment. Technical Order Data (TOD) responsibilities include development, sustainment and support of TOD for F-22 air vehicle and support equipment. The PSI contractor will be responsible for four products: block cycle updates, time compliance technical orders, interim integrated electronic technical manual changes, and limited and full-intermediate levels of maintenance and heavy maintenance center presentation files in contractor format. Required functions that support this effort are: technical writing, graphic illustration, parts information and quality assurance/systems integration with the aircraft prime contractor. Maintenance management addresses a comprehensive range of products and services including both scheduled and unscheduled maintenance of the F-22 air vehicle. The USAF intends to provide maintenance for Organizational-level (O-level) (on-equipment) and Two Level with Retained tasks (off-equipment) maintenance tasks, as described by the F-22 Logistic Support Analysis database. The PSI contractor will provide maintenance services for supplemental full I-level tasks, as defined in the database, as well as heavy maintenance tasks typically performed at an organic depot. Maintenance management also encompasses the management, maintenance and engineering responsibilities associated with the F-22 air vehicle. The PSI will also provide, or ensure provisions for maintenance repair data/procedures for depot repair. Customer technical services include engineering and logistics capabilities required for operation and maintenance of the F-22 in the field. Customer Technical Services includes contractor support staff to provide the continuing systems engineering and field support expertise required to sustain the F-22 air vehicle. Some elements of this effort are: diagnostic and health monitoring trending; reliability, maintainability, safety and statistics technical assistance; service engineering; component and system fault investigations; design review requests and report processing; material review boards; maintenance awareness activities; temporary on-site technical support; waiver processing; software support and crisis management team support. This effort also includes depot level engineering and Quality Assurance assistance on an as requested basis. Follow-on flight test includes supporting the weapon system flight testing at Lockheed Martin Aeronautical Systems, Marietta GA, Edwards Air Force Base, and Eglin Air Force Base. This support includes personnel, equipment, facilities, spare parts, modules, support equipment, and procedures required to establish, conduct, and maintain testing of the F-22 air vehicle. Modernization encompasses F-22 modernization activities (systems engineering and program management) in support of the F-22 Raptor Enhancement Development & Integration (REDI) modernization program. Tasks include planning/integration of aircraft capability enhancements, engine enhancements and weapon system changes, and performing systems engineering task assignments (trade studies, analyses, simulations, etc) associated with optimization/integration of project development associated with modernization. Modification involves performing all activities required to effect air vehicle modifications requested by the government, including provision of personnel, tools, hardware, and procedures. Responsible sources are sought for a performance-based logistics Product Support Integrator for the F-22 air vehicle. Offerors must provide written notice to the contracting officer of their interest and capability to satisfy the government requirement no later than 28 June 2006. Potential sources must demonstrate they have the sufficient infrastructure in 1) program management, logistics, maintenance, engineering, financial, and contracting 2) demonstrate the capability for the material resources, engineering, factory, and physical facilities 3) demonstrate recent military aircraft sustainment responsibility on the scale described in this synopsis, as well as a substantial familiarity with the F-22 air vehicle and 4) show evidence of these capabilities along with an ability to begin performance on 1 Jan 2008. Potential sources shall indicate their size status in relation to NAIC code 488190. Reprocurement data is not available. Note that the provision of the supplies/services listed requires a substantial initial investment or an extended period of preparation for manufacture. Also, it is impracticable to distribute the applicable specifications with this market survey. These contract documents may be examined or obtained from ASC/YF, Building 553, 2724 C Street, Wright-Patterson AFB, OH, 45433-7424. This synopsis is not to be construed as a commitment on the part of the Government to award a contract nor does the government intend to directly pay for any information or responses submitted as the result of this synopsis. An Ombudsman has been appointed to address concerns from offerors or potential offerors during the proposal development phase of this acquisition. The Ombudsman does not diminish the authority of the program director or contracting officer, but communicates contractor concerns, issues, disagreements, and recommendations to the appropriate Government personnel. When requested, the Ombudsman shall maintain strict confidentiality as to the source of the concern. To address concerns only, interested parties are invited to call the ASC Ombudsman, Steven J. Miller, ASC/AE, 1755 Eleventh Street, B750, Room 113, Phone (937) 255-6005 or email: Stephen.miller@wpafb.af.mil Address technical questions regarding this synopsis to Mitzi Hutcherson, ASC/YFSP, (937) 904-5881, or email Mitzi.Hutcherson@wpafb.af.mil. Other questions may be directed to Tessy Smith, Contracting Officer, ASC/YFKA, (937) 904-5351 or email Tessy.Smith@wpafb.af.mil. This synopsis is not to be construed as a commitment on the part of the Government to award a contract nor does the Government intend to directly pay for any information of responses submitted as the result of this solicitation.
 
Place of Performance
Address: Various
 
Record
SN01069431-W 20060616/060614220708 (fbodaily.com)
 
Source
FedBizOpps 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.