Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 28, 2015 FBO #4872
SOURCES SOUGHT

28 -- V-22 AE1107C Engine PBL Sources Sought

Notice Date
3/26/2015
 
Notice Type
Sources Sought
 
NAICS
336412 — Aircraft Engine and Engine Parts Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441, 21983 Bundy Road Unit 7, Patuxent River, Maryland, 20670, United States
 
ZIP Code
20670
 
Solicitation Number
V-22AE1107CEnginePBLSourcesSought
 
Archive Date
4/26/2015
 
Point of Contact
Gregory J. Webster, , Chris Rawlings,
 
E-Mail Address
gregory.webster@navy.mil, christopher.rawlings@navy.mil
(gregory.webster@navy.mil, christopher.rawlings@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS REQUEST IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS REQUEST FOR INFORMATION OR OTHERWISE PAY FOR THE INFORMATION SOLICITED. The Naval Air Systems Command (NAVAIR), Program Executive Office (PEO) Assault (A), V-22 Joint Program Office (PMA-275) is seeking information from industry on an AE1107C Engine Performance Based Logistics (PBL) solution in support of all V-22 aircraft variants. The information submitted should address the feasibility for sustainment of all fielded AE1107C engines. The PBL solution should be capable of providing all product support necessary to support and sustain the AE1107C engine while leveraging with logistics support to optimize reliability improvements and reduce costs and logistics footprint. The requested information is to assist the Government in conducting market research to determine potential business sources who have the assets, skills, experience, financial stability, qualifications, rights to appropriate technical data, and knowledge required to support the below requirement. Additionally, because the Government does not possess a complete technical data package for the AE1107C Engine, respondents will need to address any current licensing agreements in place, or evidence of the ability to enter into agreements with the AE1107C Original Equipment Manufacturer (OEM), Rolls-Royce Corporation, that will allow access to any data required to fulfill the requirements set forth below. While the Government intends to pursue a comprehensive PBL arrangement, respondents may propose an alternate solution (e.g., joint venture, teaming arrangement, or provision of a significant portion of the requirement), but should provide evidence of how this alternate solution would be in the best interest of the Government by promoting cost savings, fleet readiness, and AE1107C engine reliability and maintainability improvements. Respondents should explain their envisioned role in the alternate solution, including what portions of the desired sustainment of all fielded engines would require the Government to obtain from an alternate source (if necessary). This Sources Sought is not, however, a request for inquiries concerning subcontracting opportunities. The NAVAIR PMA-275 V-22 aircraft AE1107C engine PBL requirement encompasses all product support required to support and sustain the AE1107C engine at all V-22 operational, training, and test sites. The associated sustainment support includes: program management, cost tracking, contract management, product support management, integrated logistics support, sustaining engineering, maintenance, engine repair, reliability improvements, configuration management, obsolescence management/mitigation, engineering support, improved Engine Time On Wing (ETOW), field service representatives and site support, and material support and handling. Respondents should provide information explaining how they will meet the following performance metrics: • Depot Level Material Support - Ready For Issue (RFI)/Serviceable spare engines available to support 140,000 annual engine flight hours, with the capability to support a 25% increase for surge operations. • Organizational Level Material Support - Accommodation Rate/Gross Effectiveness: Eighty percent (80%) Accommodation rate/gross effectiveness is an indicator of sufficient range of allowance material at each inventory maintained. It measures the percentage of time the authorized inventory allowance satisfies end user requisitions with either an issue or a "carried, but not in stock" response. "Total Carried Demands" includes requisitions immediately issued from stock and requisitions carried but currently out of stock. The accommodation rate/gross effectiveness metric shall be computed as: Total Carried Demand/Total Demands. -Net Effectiveness: Eighty-five percent (85%) Net Effectiveness is an indicator of the adequacy of the depth of allowance components in each inventory maintained. It measures the percentage of times requisitions for carried items are satisfied by issue. The Net Effectiveness metric shall be computed as: Total Issues/Total Carried Demands. -Material Availability: Ninety percent (90%) Material Availability is a measure of the effectiveness of the Contractor's efforts to issue material in response to Government requisitions. It is a percentage of the requisitions the Contractor delivers for shipment within the established delivery timeframes for each requisition priority category (measures the time between receipt of a requisition (engine and/or material) by the Contractor until delivery by the Contractor to an approved Government or commercial shipping agent). "Issue" encompasses any combination of actions leading to delivery of a requisition for shipment within the established timeframes. The Material Availability metric shall be computed as: Total Demands Issued Within Timeframe/Total Demands. The following provides top-level support categories and service requirements. The respondent should address its ability to perform each, and include a response to each of the specific requests identified below each category. Logistics Parts Forecasting & Provisioning • Describe the process of how the respondent would forecast and provision operational usage requirements. • Describe repair and material support that will meet the government annual engine operating hours per the Weapon Systems Planning Document (WSPD) while allowing for surge requirements of ninety (90) hours per month per engine for a 3-month period. • Describe how the respondent would address license agreements with OEM for parts availability, etc. Line Replaceable Unit (LRU) Replenishment • Describe process and material availability to lay-in and replenish LRUs based on operational requirements, including surge. Consumable Support • Describe process and material availability to lay-in and replenish consumables based on operational requirements. Government System Connected Order Admin • Describe the automated tools that are available to interface with government supply systems to fill materiel fleet requirements. Weapons Replaceable Assembly (WRA)/LRU Repairs • Describe WRA/LRU repairs, requirements flow-down to vendors based on configuration management, quality assurance, repair turn-around time, and return for defects procedures. Spares Warehouse/Inventory Control Point • Describe how the respondent would provide adequate space for spares warehousing, bonded warehousing, and material processing/movement to fill requisitions. Repair & Overhaul Services Engine Depot Repairs • Describe respondent's ability and timeline required to be certified as an Authorized Maintenance Center (AMC). • Describe inspection and serviceability for the AE1107C engine, WRA/LRU, and components processed through the depot repair facility for repair. • Describe how the respondent would work with the OEM for access to the latest Service Bulletins. • Describe how the respondent would work with the OEM for access to all engine repair procedures. • Describe how the respondent would possess the test cell capability to ensure repaired engines meet model spec performance. • Describe root cause and corrective actions processes and procedures. • Describe engine reports and information provided as a result of test cell performance data (both raw and processed) for both induction and sell-off runs. • Describe how the respondent will provide adequate depot repair capacity. • Describe current and future throughput and the ability to meet operational surge(s) Describe how the respondent will provide: • Life Limited Parts Management/Replacement • Work Scope Development • Service Bulletin Upgrade Incorporation • Repair Cycle Management & Repair Oversight • Repair Station Qualification/Auditing/Calibration • Engine Management Plan • Component Repair Development & Qualification Technical Services Describe how the respondent will provide or perform: • Engine Reliability Investments • Engineering Investigations (Joint Discrepancy Report System (JDRS)) Customer Training • Describe engine familiarization training and/or other specific line maintenance training that will be provided at Government sites. • Describe informal maintenance training that will be provided to Government personnel at the organization level to include O-Level scheduled and unscheduled maintenance Technical Data Services • Describe how the respondent will maintain a MIL-STD-1388.2B-compliant logistic Support Analysis (SA) database, which also supports functional, operational, unscheduled, and scheduled maintenance actions. • Describe authoring IETMs updates as necessitated by changes to the engine configuration and/or changes requirements based upon SA source data. Field Service Representatives • Describe how respondent will provide qualified Field Service Representatives (FSR) to V-22 operational and test sites both CONUS and OCONUS and: o will respond to fleet requests for technical assistance via Government directed systems. o will provide informal maintenance training to Government personnel o will periodically provide on-site maintenance that is beyond the scope, technical authority, and/or ability of Government O-level personnel, such as the incorporation of Technical Directives/Service Bulletins (TDs/SBs). Engine Configuration Management/Tracking. Currently the OEM performs this function; if the respondent's proposed solution creates a barrier between the OEM's configuration management, the respondent must explain its proposed method of duplicating the current configuration management process. • Describe how the respondent will establish and maintain a Configuration Tracking system to provide Government personnel with up-to-date configuration data on all engines and mutually agreed upon repairable components where the system provides: o queries by part number and serial number; o provides the Government with query authorization/access for engines and components installed on their aircraft and in their spare inventory; o response time to Government requests within 24 hours. • Describe how the respondent will process engineering changes in accordance with the existing OEM configuration management plan or develop an alternate plan for configuration management. • Describe submittal of an Engineering Change Proposal (ECP) to NAVAIR for Configuration Control Board (CCB) approval for any Class I change. • Describe respondent Class II changes that will be available for Government concurrence of classification. • Describe engineering changes developed utilizing the NAVAIR Systems Engineering process and considering/addressing design interface, reliability, maintainability, testability, integrated logistics support elements, life cycle costs, operation and support costs, support equipment, trainers, and training impacts (courseware, curriculum, difference training, etc.). • Describe how the respondent will maintain the "as built" configuration data of all engines. • Describe how the respondent will develop and submit deviation for any configuration, specification, or contractual non-conformance. • Describe the respondent Configuration Tracking system. Obsolescence Management and Mitigation • Describe how the respondent will work with the OEM to resolve and mitigate obsolescence and/or manufacturing shortfalls for all: o electronic components o mechanical components o software Engine/Aircraft Integration support and services • Describe how the respondent would work with the Aircraft OEM to provide integration, support, and services for the engine. Critical Safety Item (CSI) Management • Describe how the respondent would manage CSIs and provide impacts of any changes based on component investigations. Material Review Board (MRB) Management • Describe how the respondent would provide insight, management, and resolution to non-conformance material as a result of MRB findings. Quality Control and Assurance • Describe how the respondent would perform quality control and assurance services. Reliability Centered Maintenance (RCM) • Describe how the respondent would provide RCM and use information from repairs to introduce changes that would increase reliability. Responses to this RFI are not to exceed 20 pages in length on 8.5 x 11 paper with one inch margins and font no smaller than 10 point Times New Roman. A two-sided page will be considered one page for the purpose of counting the 20 page limit. Responses may include multiple concepts. The Government requests that the respondents deliver responses electronically via e-mail in Microsoft Word or PDF format with proper markings for unclassified and proprietary information within 30 days of the publication date of this RFI. Classified material SHALL NOT be submitted. All submissions should include RFI Reference Number, company name, company address, CAGE code, DUNS number, and a point-of-contact who is able to discuss the material submitted. Point-of-contact information should include name, position, phone number, and email address. Acknowledgement of receipt will be provided. All information submitted will be adequately safeguarded from unauthorized disclosure in accordance with FAR Part 15.207. All submissions must be clearly marked with the following caption: For Official Use Only, Releasable to Government Agencies for Evaluation Purposes Only. Responses that fail to comply with the above instructions or present ideas not pertinent to subject, may not be reviewed. All information received in response to this RFI that is marked proprietary will be handled accordingly. Information submitted in response to this RFI is submitted at no cost to the Government and will not be returned. The Government is under no obligation to provide responses or comments to the capability statement packages, but may request additional information following review. Note: If the interested party is a foreign concern or if a US interested party has a team member or partner who is a foreign entity, adherence to all International Traffic and Arms Regulations (ITAR) is required. The capability statement package shall be sent by e-mail to Greg Webster at gregory.webster@navy.mil and Chris Rawlings at christopher.rawlings@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/V-22AE1107CEnginePBLSourcesSought/listing.html)
 
Record
SN03680607-W 20150328/150326235922-2d953235c33971bd444b0f9e7e7e920b (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.