Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 31, 2011 FBO #3567
SOURCES SOUGHT

14 -- Replace Transporter Erector - Draft Statement of Objectives

Notice Date
8/29/2011
 
Notice Type
Sources Sought
 
NAICS
336211 — Motor Vehicle Body Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, Hill AFB OO-ALC, OO-ALC/PKXB, 6038 Aspen Ave (Bldg 1289), Hill AFB, Utah, 84056
 
ZIP Code
84056
 
Solicitation Number
FA8204-11-RFITERP1
 
Archive Date
10/15/2011
 
Point of Contact
Shila F. Weese, Phone: 8015864939
 
E-Mail Address
shila.weese@hill.af.mil
(shila.weese@hill.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Statement of Objectives for Transporter Erector Replacement Program General Information : Document Type: Request for Information (RFI) Solicitation Number: Posted Date: 29 Aug 11 Response Date: 30 Sep 11 Classification Code: Engineering Services and Fifth Wheel Assembly & Manufacturing NAICS: 541330 Engineering Services 336211 Fifth Wheel Assemblies Manufacturing Contracting Office Address: Department of the Air Force, Air Force Nuclear Weapons Center, AFNWC/PKMA 6014 Dogwood Ave (Bldg 1258, rm 25), Hill AFB, UT, 84056-5825. Special Considerations: Contract award decision may be based upon an evaluation of cost and non-cost factors (i.e., technical capability, past performance, etc.). TERP OVERVIEW: The Air Force Nuclear Weapons Center Inter-Continental Ballistic Missile (AFNWCI) System Program Office (SPO) Minuteman III (MMIII) Mechanical Ground Systems Branch is considering competition of a contract to replace the Transporter Erector (TE). The TE is the sole vehicle used for transporting, emplacing and removing the MM III booster at the various remote launch facilities. The currently fielded TE was the replacement to the original TE that was fielded in 1957 with the original Minuteman I system and was fielded in 1988. The war fighter (Air Force Global Strike Command) requires an obsolescent free replacement for the TE that will sustain booster handling operations through 2030. The changing nuclear security environment has placed an exceptional burden on the TE design, fleet wide. MMIII booster maintenance and replacement programs are expected to continue which will cause the TE usage rates to increase over the intended service life. The acquisition of the TE replacement will be completed in two phases: Phase 1 (Engineering Manufacturing and Development) : Contractor responsibilities will include tasks associated with engineering and program management such that modifications or changes to Government Furnished specifications, drawings, Technical Orders and manuals will not negatively impact TE performance parameters. The estimated number of drawings and specifications that will need to be updated is ~ 450 documents. Parameters to be measured will reflect the adequacy of system level readiness and will include agreed upon measures of "Reliability", "Delivery", "Producability", and "Sustainability". Two "First Article" TEs will be fabricated to updated specifications. The "First Articles" will be used in agreed upon qualification testing of the TE. Upon completion of qualification testing and report, contractor will deliver full updated data package with applicable data rights. Phase 2 (Production): Contractor responsibilities will include tasks associated with engineering support, program management and fabrication of 22 TEs by the end of FY18. Government will furnish complete data package and effort will be "build to print". Parameter to be measured will reflect the adequacy of system level readiness and will include an agreed upon measure of "Delivery. Options to accelerate production to as many as 10 TEs per calendar year are desired. Additionally, an option to produce 5 additional TEs is desired. The AFNWCI SPO Mechanical Ground Systems Branch is seeking industry interest in phase 1 or the combination of phase 1 and phase 2 at this time. Please indicate your interest by answering the following questions as they relate to your organization, not including what is currently subcontracted. Responses should be kept to the approximate length identified in the parenthesis after each question using Times New Roman 12-point font with a one inch top, bottom, and edge margins. Response should be approximately 16 pages total. AFNWCI SPO will host an Industry Day on 22 Sep 11 from 0900 to 1400 where interested parties may come to Hill AFB, UT to see a current TE and ask questions related to the effort being sought in this RFI. The government will not reimburse any expense associated with attending this event. Those interested in attending should send an email to Capt Jeremy Owens at Jeremy.Owens@hill.af.mil with name, citizenship, and contact information for all those that will be attending this event NLT 15Sep11. RFI Questions: 1. Teaming - Describe your partnering ability with potential sub-contractors. (~1- 2 pages): a) Will your corporation support the government's needs by teaming with other Air Force contractors? b) How many personnel, and what type of personnel are you willing to dedicate or partially allocate to this effort? c) Describe your facilities and manpower capabilities and capacity. What efforts can you support directly and what will you need to subcontract? 2. Risks (~1 page): a) What risks do you foresee in this contract? b) Are there any specific concerns you feel should be addressed in the contract? 3. Contract: a) Current Department of Defense acquisition policy discourages award fee. What effective incentives have you seen or have experience with, other than award fee, which might effectively incentivize a contractor for this effort? Please provide details of what you feel would be an acceptable incentive structure. (~1 page) b) What type of contract do you feel would best suit this effort and why? (~½ page) c) The applicable North American Industry Classification system (NAICS) code for this acquisition is 541330 "Engineering Services" and 336211 "Fifth Wheel Assemblies Manufacturing": Based on these NAICS code what is your size status? ( ½ page) 1. Small Business 2. Small Disadvantaged 3. Women-Owned 4. Veteran-Owned 5. Service Disabled Veteran Owned 6. Hub-zone 7. Large Business d) How much transition time from contract award would your company require to perform on this contract? (~1 page) 4. Workforce, Training, and Mentoring ( ½ page) - a. How is your corporation addressing your aging workforce, and how are you transitioning your technical knowledge to your younger employees? b. Do you have any specific and/or formal programs for mentoring and/or apprenticeship for transferring technical knowledge to a younger workforce? 5. Systems Engineering experience - a. What prior experience do you have providing technical support on MM III operational and/or maintenance ground equipment? (~½ page) b. What experience do your employees have, within the last 5 years, with hands-on obsolescence elimination development? (½ pages) c. What experience do your employees have, within the last 5 years, with hands-on production of unique heavy moving equipment or fifth wheel manufacturing? (½ pages) d. What systems engineering and integration process standards does your corporation use? (~1 page) e. What ability do you have to assess performance, reliability, availability, producabilitiy, and sustainability (~1 page) f. 6. Technical Data - Describe your expertise and ability to manage, update and control technical data and orders? Do your employees have experience (within the last 5 years) generating, editing, reviewing, and validating Drawings, Process Orders (PO's), Operating Instructions (OI's), Technical Orders (TO's) and Time Compliance Technical Orders (TCTO's)? Do you have the ability to update this information (e.g. Engineering Orders, Engineering Change Notices, and Engineering Change Orders)? (½ page) a. What technical data and models are you aware of that you would need to successfully assess and update in support of this effort? Which of these do you already have access to, or how would you obtain access if necessary? (~½ page) b. What quality control measures and certifications do you currently have in place? (~1 page) 7. Handling of protected information and material - What processes/controls/procedures does your company have in place for handling (shipping, receiving, storing) of Critical Program Information (CPI)? (½ page) 8. Please provide feedback on the completeness and clarity of the draft Statement of Objectives for the TE replacement contract (~1- 2 pages) 9. Please provide estimated time frame to complete phase 1, phase 2, and/or the combination of phases 1 and 2 in terms of drawing review and editing rate and in terms of estimated number of TE per year you think you could produce. What capabilities would you have to surge these rates as requested by the government (~ 1 page) 10. Please provide rough estimated cost to complete phase 1, phase 2, and/or the combination of phases 1 and 2 (~1 page) Disclaimer: This RFI does not constitute a solicitation for proposals or any obligation on behalf of the Government. The responses to this RFI are not an offer and cannot be accepted by the Government to form a binding contract. No contract award will be made on the basis of this RFI. The Government will not pay for any information received in response to this RFI, nor will the Government compensate any respondent for any cost incurred in developing the information. Vendor participation is not a promise of future business with the Government. Any information provided in response to this RFI will be used for informational purposes only and will not be returned. All proprietary information should be clearly marked as such. All information submitted by respondents to this RFI, including appropriately marked proprietary information, will be safeguarded and protected from unauthorized disclosure. POC: Shila Weese, Contracting Officer, AFNWC/PKMA Phone (801-586-4939), email: shila.weese@hill.af.mil 6014 Dogwood Ave (Bldg 1258, rm 25) Hill AFB, UT 84056
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FA8204-11-RFITERP1/listing.html)
 
Record
SN02553131-W 20110831/110829235017-c0b15689212e99ef66d2db336bf0f316 (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.