Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 12, 2014 FBO #4583
SOURCES SOUGHT

28 -- Automotive Gas Turbine (AGT) 1500 Engine Program - Market Survey Notice

Notice Date
6/10/2014
 
Notice Type
Sources Sought
 
NAICS
336412 — Aircraft Engine and Engine Parts Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Kansas, 2737 South Kansas Avenue, Topeka, Kansas, 66611-1170, United States
 
ZIP Code
66611-1170
 
Solicitation Number
W912JC-14-S-0001
 
Archive Date
7/2/2014
 
Point of Contact
Adam L. Villalobos, Phone: 7852741218
 
E-Mail Address
adam.lvillaloboos.civ@mail.mil
(adam.lvillaloboos.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Market Survey Notice UNCLASSIFIED MARKET SURVEY NOTICE Automotive Gas Turbine (AGT) 1500 Engine Program DESCRIPTION OF INTENT: This is a Request for Information (RFI). No contract will be awarded from this announcement. Response to this market survey is voluntary and no reimbursement will be made for any costs associated with providing information in response to this market survey and any follow -on information requests. Data submitted in response to this market survey will not be returned. No solicitation document exists at this time, and calls requesting a solicitation will not be answered. DISCLAIMER: Reference herein to any specific commercial company, product, process, or service by trade name, trademark, manufacturer, or otherwise, does not necessarily constitute or imply its endorsement, recommendation, or favoring by the United States Government, Department of the Army or the Kansas National Guard. The opinions of the authors expressed herein do not necessarily state or reflect those of the United States Government or the DA, and shall not be used for advertising or product endorsement purposes. OBJECTIVE: The purpose of this market survey questionnaire is to obtain information on industry capability to satisfy U.S. Army, Kansas National Guard, Advanced Turbine Engine Army Maintenance (ATEAM) requirements for support of existing Automotive Gas Turbine (AGT) 1500 engines. Support requirements include engineering, logistics, project management services, Field Service Engineer, (FSE) support, and total supply chain management to support engine component repairs, the AGT 1500 engine overhaul line, field service and Foreign Military Sales (FMS) requirements at ATEAM, Ft. Riley Kansas and for the AGT 1500 engine program. Other requirements include shipping, travel, hardware, and contractor manpower reporting. PERFORMANCE REQUIREMENTS: Provide technical and quality assistance to improve ATEAM AGT 1500 engine overhaul processes. Perform data collection and data management to include tools identifying components that drive field maintainability, durability, reliability and monitoring the engine and components life. Recommend durability based design improvements and identify opportunities to reduce overall life cycle costs. Provide ATEAM with electronic maintenance work instructions to overhaul the AGT 1500 engine. The ATEAM must be able to produce consistently reliable engines as a result of these instructions. Perform root cause corrective action analysis of field problems and testing issues. Design new hardware required to meet performance specifications, and provide prototypes to support AGT 1500 test programs. Procure and supply hardware to support the AFT 1500 engine overhaul, reset and condition based overhaul programs. Integrated supply chain management for engine components, to include kitting support and inventory management for new and reclaimed hardware required to support the AGT 1500 engine overhaul line. Technical Data Package (TDP) maintenance and Configuration Control Board (CCB) participation. FSE support to include facilities and operation of field repair and warranty shops at CONUS and OCUNUS locations. RESPONSES: Each initial response to this market survey must include: A brief (no more than one page) company description summarizing the organization's history and pertinent industry experience. An executive summary (no more than one page) of the information submitted in response to this market survey. Point(s)-of-Contact (POC) with associated contact information. Answers to the following questions: •a. Briefly describe your knowledge of the AGT 1500 engine and how it interacts with the Abrams vehicle. •b. Are you qualified to manufacture or repair AGT 1500 engines? If so, by who are you qualified? •c. What is your experience with AGT 1500 engine repairs? •d. Describe your facilities, transportation, manufacturing, and manpower capabilities and capacity and inventory management. •e. Do you have technical data rights to AGT 1500 technical data, or can you obtain rights to the OEM proprietary data to allow for performance of configuration management and material production? •f. How much transition time would your company require to perform on this contract? •g. What quality control measures do you currently have in place (ISO 9000, 9001, AS91000, NADCAP (National Aerospace and Defense Contractors Accreditation Program)? •h. Describe your experience with Government Source Inspection, Critical Safety Items, and other OSHA standards. •i. How many employees are in your company? •j. What is your company's annual revenue? •k. Are you currently registered in the System for Award Management (SAM) and the Wide Area Workflow (WAWF)? •l. Describe your experience in partnering with Government repair depots. •m. Briefly, how would you meet this requirement? RESPONSE DUE: Responses to this market survey are DUE BY COB 17 JUNE 2014. Please submit all responses and any questions prior to full response via email to adam.l.villalobos.civ@mail.mil. Only electronic responses are acceptable. Please provide e-mail responses in PDF format. Please format the subject line of the response email as follows: "[Organization Name] response to Market Survey - Automotive Gas Turbine (AGT) 1500 Engine". All interested entities (e.g. companies, non-profit organizations, and academic institutes), regardless of size are encouraged to respond to this Request for Information. All material submitted in response must be unclassified and properly marked. GENERAL INFORMATION: The Government appreciates the time and effort taken to respond to this market survey. The Government acknowledges its obligations under 18 U.S.C. 1905 to protect information qualifying as "confidential" under this statute. [To avoid possible confusion with the meaning of the term "confidential" in the context of classified information, we will use the term,"PROPRIETARY".] Pursuant to this statute, the Government is willing to accept any PROPRIETARY (e.g., trade secret) restrictions place on qualifying data forwarded in response to the survey questions and to protect it from unauthorized disclosure subject to the following: Clearly and conspicuously mark qualifying data with the restrictive legend (all caps) "PROPRIETARY" with any explanatory text, so that the Government is clearly notified of what data needs to be appropriately protected. In marking such data, please take care to mark only those portions of the date or materials that are truly proprietary (excessive breadth in marking inappropriate data as "PROPRIETARY" may diminish or eliminate the usefulness of your response - see item 6 below). Use circling, underscoring, highlighting or any other appropriate means to indicate those portions of a single page which are to be protected. The Government is not obligated to protect unmarked data. Additionally, marked data that is already in the public domain or in the possession of the Government or third parties, or is afterward placed in to the public domain by the owner or another party through no fault of the Government will not be protected once in the public domain. Data already in the possession of the Government will be protected in accordance with the Government's rights in the data. Proprietary data transmitted electronically whether by physical media or not, whether by the respondent or by the government shall contain the "PROPRIETARY" legend with any explanatory text on both the cover of the transmittal e-mail and at the beginning of the file itself. Where appropriate, when only portions of an electronic file are proprietary, use the restrictive legends "PROPRIETARY PORTION ENDS." In any reproductions of technical data or any portions thereof subject to asserted restrictions, the government shall also reproduce the asserted restriction legend and any explanatory text.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA14/W912JC-14-S-0001/listing.html)
 
Place of Performance
Address: Ft. Riley, Kansas, United States
 
Record
SN03390793-W 20140612/140610235620-2227326785339409e28bcfc85bcdea15 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.