Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2007 FBO #2117
SOURCES SOUGHT

J -- SHIPS SERVICE GAS TURBINE GENERATOR REQUEST FOR INFORMATION (RFI)

Notice Date
9/11/2007
 
Notice Type
Sources Sought
 
Contracting Office
N65540 Naval Surface Warfare Center Naval Business Center, Naval Base Philadelphia, PA
 
ZIP Code
00000
 
Solicitation Number
N6554007G8TR
 
Response Due
10/1/2007
 
Archive Date
12/31/2007
 
Description
Request for Information: This announcement constitutes an official Request for Information (RFI) only, as defined in FAR 15.201(e). Intent is to identify market interest and solicit recommendations as how best to perform sustainment integration for Ship Service Gas Turbine Generator (SSGTGs). This is not a Request for Proposal (RFP) or an Invitation for Bid (IFB), nor is it to be construed as a commitment by the Government. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Background: The Assistant Secretary of the Navy for Research, Development and Acquisition emphasized to the acquisition community the importance of supporting the fleet through performance based contracts. Under the construct of viewing the Navy as an Enterprise, the Surface Warfare Enterprise (SWE) was formed to undertake fleet focused initiatives that ensure today?s and tomorrow?s Navy will be Ready For Tasking. The SWE quickly formed a Performance Based Logistics (PBL) team with representatives from surface Navy stakeholder commands. The SWE PBL team identified the SSGTG?s aboard CG?s and DDG?s as a first target of opportunity to demonstrate the ability of performance based contracts to effectively support the warfighter. Description of Need: Naval Surface Warfare Center Carderock Division (NSWCCD)/ Ships Systems Engineering Station (SSES) Philadelphia, as the Product Support Integrator (PSI), is soliciting information from industry regarding various DDG-51 and CG-47 Class Ship Service Gas Turbine Generator Life Cycle Support Elements (LCSEs). The PSI is responsible for integrating all aspects of SSGTG Life Cycle Management. The purpose of this RFI is to determine availability of Product Support Provider(s) (PSPs) to meet stated objectives, to assess current industry experience and capabilities, and to support possibility of a full and open competition to satisfy objectives identified herein. NSWCCD/SSES Philadelphia intends to use information resulting from the RFI responses to aid in refining its acquisition strategy, budgeting assumptions, and performance specifications to be included in the RFP. Objectives: NSWCCD/SSES Philadelphia, will utilize PBL contracts to enhance the DDG-51 and CG-47 Class SSGTG systems. The overarching objective is to reduce SSGTG Total Ownership Cost (TOC) without degrading current system readiness and reliability. Capturing industry?s Rough Order of Magnitude (ROM) cost estimates for each of the 5 functional areas (delineated in this RFI) is essential in the RFI responses. This RFI encompasses all SSGTG equipment as defined in SSGTG technical manuals (i.e. SSGTG inlet system components including the demister assemblies; blow in doors; Foreign Object Damage (FOD) screens; and fire dampers). SSGTG support equipment includes voltage regulators, real power sensors, no-break power supplies, etc. All SSGTG equipment will transition to PBL support in ?as is? condition. SSGTGs include all DDG-51 Class ships Model AG9130, AG9140, and AG9140RF; as well as all CG-47 Class ships Stewart and Stevenson Model 139. The government intends to issue a 5-year (1-year base with four 1-year options) firm fixed price performance Contract. Estimated award date is 4th quarter FY 08. Based on the results of a business case ?best value? analysis, NSWCCD/SSES Philadelphia, as the PSI, may elect to solicit/award by Contract Line Item Numbers (CLINs) to single or multiple PSPs. Prospective PSPs may respond to individual or all CLIN?s. RFI Content: Written response to this RFI shall be limited to 25 pages, single space, 12 dot pitch. If material provided contains proprietary information, please mark and identify disposition instructions (submitted data will not be returned). Response should include, but is not limited to the following: A) Company History - A one page history to include: Small Business Administration (SBA) business size classification; major products; and primary customer base. Additionally RFI responders should provide examples of past experience that would warrant the Government?s consideration of the company as a prospective PSP for Engine overhauls; Fleet SSGTG Maintenance; Supply Support; Training; and/or Backfit/Upgrades to In-service equipment. B) Metrics - Metrics recommended and methods to create and maintain a metrics database, for monitoring the performance of each functional area of the contract. Also discuss how metrics can be used to promote an incentive / disincentive based contract award structure. C) Additional information - Technical or otherwise, the company deems necessary to aid the government in making an informed assessment. The technical responses should address, at a minimum, one or all of the following areas: C1) Engine Overhaul: Address the depot repair of Rolls Royce 501-K17, 501-K34 and 250-KS4 turbine engines, 501-K17/K34 compressor modules, and 501-K17 turbine modules. Deliverables include an overhauled engine or engine module, capable of providing a service life (between overhauls) of 16,500 hours for the 501-K17 / 501-K34 and 3,000 start cycles for the 250-KS4. Other deliverables include engine teardown report; build data; test cell data; web log updates; Configuration Status Accounting (CSA) updates; storage container maintenance; as well as Packaging, Handling, Storage and Transportation (PHST) of engines and engine modules to afloat units around the world within 72 hours. Current annual depot throughput is: 501-K34 qty 18; 501-K17 qty 8; 250KS4 qty 4; 501-K compressor modules qty 2; and 501-K17 turbine modules qty 2. Historically 20% of inductions are the result of FOD. Depot workload will fluctuate based on a number of factors. RFI Responses should include how industry prefers to have a contract crafted such that it equitably takes under consideration spikes as well as low demand in any given year. C2) Fleet SSGTG Maintenance: Address all shipboard SSGTG and inlet system Preventative Maintenance Scheduled (PMS), Integrated Class Maintenance Plan (ICMP) standard work items, grooms, testing, calibration, corrective maintenance, and distant support. The PSP will have access to available SSGTG special tooling (i.e. tool vans with lifting/engine removal fixtures, dollies and rigging hardware). The PSP will conduct fleet maintenance anywhere in the world on short notice and will provide (informal) On-The-Job Training to Navy personnel during shipboard visits. RFI responses should include proposed processes recommended for life cycle engineering support, such as, but not limited to, configuration management, obsolescence management, and maintaining current levels of reliability (i.e. 3000 hours Mean Time Between Failure (MTBF)). Also, management of shipboard maintenance philosophy changes (preventative and corrective) to properly execute the PSP role. C3) Supply Support: Address all SSGTG and SSGTG inlet system parts support, both consumable and repairable. Table 3-1 provides current state parts data. Parts Supply Material Availability (SMA) goal is 85%. The delivery timeframes, measured by Logistics Response Time (LRT) has a goal of < 21 days. The Navy has achieved 79% and 43 days respectively for SMA and LRT over the last 12 months. SSGTG Supply Support Parts Data Parts Managed FY06 Demand FY06 Sales SOH value CG DDG CG DDG CG DDG CG/DDG DLA 3,260 2,140 968,855 463,369 1,387,225 707,178 540M NAVICP 163 88 262 474 1.2M 2.2M 30M Table 3-1 RFI responses should offer suggestions for: 1) PSP approaches that will bring the LRT and SMAmetrics within delivery and availability goals 2) Approaches for managing parts obsolescence 3) Process recommendations for inventory management and utilization of System Repairables; responsibilities such as requirements forecasting, procurement and repair execution and material transportation 4) Plans to utilize existing supply systems stock of consumables 5) Plans to warehouse repairables or leave in custody of the supply system 6) Ability to transparently integrate with the supply systems requisitioning process 7) Concept for supply chain management in a global environment. Provide interface examples regarding inventory asset visibility in DoD systems 8) Address packaging and transportation of repairables C4) Training: Address SSGTG system training traditionally provided to enlisted SSGTG maintainers at ?A and C? schools; Precommissioning (PRECOM) crew training; and Prospective Commanding Officer (PCO) training. Training will provide competency that replicates current standards. Historically ?A and C? school annual student throughput is GSE A (160), GSM A (340), GSE C (60) and GSM C (50). PRECOM crew (20 students, 3 week class, 3 classes per year); and PCO (8-10 Students, 1 week class, 2 classes per year). C5) Backfit/Upgrades to In-Service Equipment: Address installation and functional testing of SSGTG backfit/upgrade kits (including DDG modernization and CG Smart Ship). PSP will propose and, upon PSI (NAVSSES Philadelphia) approval, fully implement process changes and new areas of improvement. The Navy has typically backfitted the fleet over a 2 year period. Installed systems equal 252. There are currently 299 K17/K34 Turbine engines and 109 250 KS4?s. Throughout the 5 year PBL contract, the installed systems populations are expected to remain steady. Submission Information: RFI responses shall be submitted no later than 01 Oct 2007 to: NSWCCD/SSES Philadelphia, Attn: Mr Keith Mummaw. Electronic responses are preferred and should be submitted to keith.mummaw@navy.mil. Additional Information: There is no commitment by the Government to issue a solicitation, make an award or awards, or to be responsible for any monies expended by industry responses to this RFI. If a solicitation is released, it will be synopsized on the Federal Business Opportunities website located at http://www.fbo.gov/. This program may require a procurement effort in certain critical technologies/data that are not releasable to foreign firms. To participate, a foreign firm may be required to team with a U.S. firm that possesses a U.S. facility clearance with technologies/data safeguarding capabilities, inclusive of authority to receive critical technology and/or data required to execute this program. Any resultant contractor teaming or license agreements between U.S. firms and foreign firms, to include employment of foreign nationals by U.S. firms, shall be in accordance with current U.S. export laws, security requirements, and National Disclosure Policy and shall require prior approval of the contracting officer and foreign disclosure officer. U.S. Government will provide foreign disclosure guidance to U.S. firms.
 
Record
SN01402948-W 20070913/070911222254 (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.