Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 17, 2016 FBO #5168
SOLICITATION NOTICE

J -- Request for Information for T-1A COMBS Support

Notice Date
1/15/2016
 
Notice Type
Presolicitation
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, Do not use, 1551 Wyoming Blvd SE, KIRTLAND AFB, New Mexico, 87117, United States
 
ZIP Code
87117
 
Solicitation Number
FA8106-t1A
 
Point of Contact
Susan G. Myers, Phone: 405-734-6494
 
E-Mail Address
Susan.Myers@US.AF.Mil
(Susan.Myers@US.AF.Mil)
 
Small Business Set-Aside
N/A
 
Description
Request for Information -- T-1 COMBS Follow-On THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. This Request for Information (RFI) is in support of Market Research being conducted by the United States Air Force to identify potential sources and to determine if this effort can be competitive or a Small Business Set-Aside. This is not a Request for Proposal (or solicitation) or an indication that a contractual commitment will exist for this requirement. The government does not intend to award a contract on the basis of this market research. No funds are available to fund the information solicited. The AFLCMC/WLZW T-1A office at Tinker Air Force Base is requesting information, pursuant to FAR PART 10, in support of Market Research to identify potential sources for Contractor Operated and Maintained Base Supply (COMBS) for 178 T-1A aircraft, beginning in FY18, at five (5) CONUS locations. The Government will use this information to determine the best future acquisition strategy for this procurement, inclusive of the need to do an Industry Day and/or Presolicitation Conference. The government does not have the associated technical data to provide to potential sources. No qualification requirements or Technical Orders exist. Consequently, potential sources for this effort typically would be companies who have a license or agreement with the Original Equipment Manufacturer Beechcraft Defense Corporation, Cage 70898 to complete the work described, including military specific modifications. The proposed North American Industry Classification Systems (NAICS) Code is 488190, size standard $32.5 mil. The Government is interested in all businesses to include, Large Business, Small Business, Small Disadvantaged Businesses 8(a)s, Service-Disabled Veteran-Owned Small Businesses, Hubzone Businesses, and Women-Owned Small Businesses. The government requests that interested parties respond to this notice if applicable and identify your small business status to the identified NAICS code. Additionally, please provide any anticipated teaming arrangements, along with a description of similar services offered to the Government and to commercial customers for the past three years. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime, and the work accomplished by the teaming partners. The Government is seeking to optimize flexibility within the Contractor Logistic Support (CLS) services contract. We are exploring pricing various levels of support into the T-1A COMBS contract as part of this initiative and are seeking industry feedback and ideas on possible contracting options. The goal is to establish a flexible contract that allows the Government to adjust required level of support as needed without driving costs or significantly increasing the risks to the Contractor or the Government. The following scenario is for research purposes only and your candid answers will aid our strategy planning for the T-1A COMBS acquisition. There is no solicitation package available at this time. All interested parties should send company and/or descriptive literature along with responses to the following questions and any comments or questions to the Contract Specialist: Susan Myers, email: Susan.Myers@us.af.mil: (405) 734-6494 or address: 3001 Staff Drive STE 1AE1 104A, Tinker AFB, OK 73145-3020. All responses should be received no later than 3:00 PM CST, 29 January 2016. All questions and comments must be in writing, no telephone calls. The Government will not pay for any information received in response to this request, nor will the Government compensate any respondent for any costs incurred in developing the information provided to the Government. 1. In the past 5 years, have you provided COMBS to customers who operate FAA Part 25 aircraft? If yes, provide answers to the sub-questions: a. Is your support for the commercial or military? If military, what branch of service? b. How many locations do you support? c. Please identify quantity and model of aircraft you support. 2. If you answered no to question #1, have you provided COMBS support, as identified in question 1 above, for other supply type systems (commercial or military)? a. If yes, please identify level of support including quantity and type of service provided. 3. We are contemplating awarding a 7 year option contract. Can your company sustain a contract for that length of time? If so, please provide responses to the statements below: a. What length of contract has your company sustained for supply services? b. What are your issues/concerns regarding this requirement for the period of performance listed above? 4. What is your typical contractual arrangement established with vendors and subcontractors? 5. Has your company had experience (in the past 5 years) providing Field Service Representative (FSR) services to a fleet of business or military type jet aircraft in multiple locations? If yes, how many locations and aircraft? 6. What advantages/disadvantages do you perceive would be obtained by using a FAR Part 12 contract? 7. The PWS states that an Over and Above (O&A) will be utilized for different types of supply and services? a. Please provide your recommendation for over and above process to streamline ease of use, decrease delay in support, and ensure parts availability. 8. What previous experience, if any, does your company have with Government contracts, specifically in the Contract Logistics Support environment? If experience is provided, answer sub-questions: a. If you had previous contracts with the Government, what types of pricing arrangements were used? b. Is your company familiar with the Government processes of contracting, billing, etc.? 9. What type incentives do you believe would best motivate you to offer continuous supply rate improvements while driving down cost? (i.e. cost, schedule, performance) 10. What do you perceive are the pros and cons of including liquidated damage penalties tied to contractual requirements? 11. What length of phase in time was most beneficial performance for your company to be successful, within other contracts? 12. The T-1A occasionally experiences Diminishing Manufacturing Sources and Material Shortages (DMSMS) and obsolete parts issues. Describe your strategy to ensure the T-1A is not affected by DMSMS during this contract period of performance. 13. Identify and describe your previous experiences with DMSMS. a. Identify unique capabilities or business relationships with suppliers and OEM to address DMSMS issues. b. Identify programs or sourcing parts systems currently used in various platforms. 14. Do you currently have the capability, either internal or partnering with a subcontractor, to develop Parts Manufacturer Approval (PMA) items for the model 400A/400T? 15. Do you have the capability to provide engine overhaul services? If so, what types of engines and what level of service has your company provide? (specifically, T-1A engine, JT15D-5B) 16. Do you currently have the capability or could partner with another company, to provide engineering support services for the T-1A? If yes, provide further information for the requirement(s) listed below but not limited to: a. Provide recurring engineering support in the following areas: i. Respond to field request for Maintenance Assistance (IAW USAF Tech Manual 00-25-107); typically provides repair procedures that are not covered by the existing repair manuals - repair procedures must not invalidate FAA type certification of the aircraft ii. Maintain relationship with aircraft OEM for changes to the baseline configuration (i.e. maintenance manual changes, service bulletins, service communications, airworthiness directives) iii. Propose Supplemental Type Certificate (STC) design solutions to common fleet issues iv. Reverse engineering and/or engineering analysis for technical issues that arise? v. Access to proprietary data vi. Experience working with OEMs to authorize one-time flights (typically a temporary repair and flight limitations to return aircraft to home station for more extensive repairs) vii. In-Flight Emergency (IFE) support viii. Mishap investigation and recovery support 17. Do you currently have the capability, or could you provide the capability, of a designated engineering representative (DER)? The DER shall be able to provide FAA authorized/certified repair procedures that when implemented would make the aircraft, aircraft engines or parts conform to the approved type design, are in a condition for safe operation. 18. Do you have access to the current 400A Maintenance Manuals? 19. If you are required, can you propose TO changes and write them when changes are found that could save the government time or money? 20. Provide comments you feel would be beneficial in your ability to meet PWS requirements for this effort. See list below for recommended areas: a. Type of performance metric and implementation process b. Incentives c. Data d. O&A process e. Unique Company Qualifications --Industry Day-- Industry day will be held Friday, February 5, 2016 at Tinker Industrial Park, Midwest City, OK Time: 0800-1600 Tinker Business & Industrial Parkway 2601 Liberty Parkway Bldg. 2, Conf Rm "A" Midwest City, OK 73110 If your company is interested in attending, please provide how members from your company will be at Industry Day. Please Confirm attendance on or before 1 Feb 16 Please Provide: Name of company: Company POC: Contact information, to included phone number, address and email How many attendees from your company? Do you want a one-on-one session with the USG?
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/632a407b0f64723e5e40b8767da9aba0)
 
Place of Performance
Address: Tinker AFB, Tinker AFB, Oklahoma, 73145, United States
Zip Code: 73145
 
Record
SN03993841-W 20160117/160115234137-632a407b0f64723e5e40b8767da9aba0 (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.