Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 03, 2016 FBO #5336
SOURCES SOUGHT

J -- J85 ERRC

Notice Date
7/1/2016
 
Notice Type
Sources Sought
 
NAICS
336412 — Aircraft Engine and Engine Parts Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, PK/PZ Tinker AFB, 3001 Staff Drive, Ste 1AG76A, Tinker AFB, Oklahoma, 73145-3015, United States
 
ZIP Code
73145-3015
 
Solicitation Number
J85_ERRC
 
Archive Date
8/16/2016
 
Point of Contact
Carrie Williams, Phone: 4057346724, Kyle M. Rust, Phone: 4056227265
 
E-Mail Address
carrie.williams.7@us.af.mil, kyle.rust@us.af.mil
(carrie.williams.7@us.af.mil, kyle.rust@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
AGENCY: Department of the Air Force OFFICE: Air Force Life Cycle Management Center NAICS CODE: 336412- Aircraft Engine and Engine Parts Manufacturing SOURCES SOUGHT-REQUEST FOR INFORMATION All documents released prior to RFP are in DRAFT status and are subject to change. The period of performance for this requirement is expected to be 5 years. The anticipated award date for this requirement is September 2018. OBJECTIVE : Air Force Life Cycle Management Center/Propulsion Sustainment Directorate (AFLCMC/LP) at Tinker Air Force Base (AFB), OK is seeking information concerning the availability of technically and financially capable contractors to provide non-personal J85 intermediate level (+) engine repair services for an Engine Regional Repair Center (ERRC). The Air Force is conducting a market research survey of industry to determine potential vendors who have the knowledge or potential capability to support this requirement. Based on a review of the industry response to this sources sought notice, the government will determine the appropriate acquisition strategy. SCOPE OF WORK : This requirement involves providing major repair and maintenance services for the J85 Engine. These activities are currently performed at an ERRC, at Laughlin AFB, TX and a Centralized Repair Facility (CRF) at Columbus AFB, MS. The ERRC, currently located at Laughlin AFB, TX, supports the workload from the 47th Flying Training Wing (FTW) at Laughlin AFB, TX, the 12th FTW at Randolph AFB, TX, the 80th FTW at Sheppard AFB, TX, and the 71st FTW at Vance AFB, OK, all of which perform minor organizational engine repair. The CRF at Columbus AFB, MS supports the 14th FTW located at Columbus AFB, MS. Additional support may be required for Holloman AFB, NM, which performs intermediate level maintenance of the J85 engine. Any future service provider shall be capable of handling all of the anticipated workload identified herein. All repair and maintenance services are required to be provided in accordance with Air Force Instructions and applicable technical orders/data specifications. The main service required is whole engine repair. The main North American Industry Classification System (NAICS) code for the requirement is 336412 - Aircraft Engine and Engine Parts Manufacturing, and the applicable small business size standard is 1,500 employees. This service includes: a. Intermediate level engine maintenance on all assigned J85 jet engines. Intermediate maintenance consists of periodic (PE) and hourly post flight (HPO) scheduled inspections/repairs and jet engine intermediate maintenance (JEIM) inspections and all repair. Intermediate level and intermediate (+) engine repair services include some of the following : This effort will require the receiving of whole engines, pre-inspections, the disassembly of the whole engine to various levels based on mission intervals provided in technical data down to the piece parts. This effort will include total removal of components, tracking through the repair system, heat treatments, the supplying of parts to replace unserviceable parts, inspection of engine components for serviceability with capability into the three or four digit level, cleaning of said parts to include industrial methods such as degreasing, chemical cleaning, non-destructive testing, and repair of the same parts per technical data. Once piece part repairs are complete, the contractor must have the ability to re-assemble the modules and whole engine. Potential service providers should anticipate maintaining an accessory shop, balancing shop, structural repair shop, machine shop, and welding shop. b. Performing required updates to the Comprehensive Engine Maintenance System (CEMS), plans scheduling and documentation (PS&D), maintenance data systems analysis, and engine management. c. Performing engine testing utilizing an approved test cell facility (to include joint oil analysis (JOAP) testing) d. Providing user maintenance of all non-powered Aerospace Ground Equipment and equipment used in support of engine maintenance. e. Providing transportation and transport engines to and from supported bases. f. Performing all required resource management functions to assist the government in planning, programming, budgeting, executing and managing costs associated with the acquisition of engine parts, equipment, special tools and other associated government furnished material. Resource management functions include development preparation, submission and maintenance of financial plans and budgeting estimates. g. Performing all computer client support administrator responsibilities within each functional area for Government provided equipment. Perform records management for all generated and received government documents. ACQUISITION INFORMATION The government is contemplating a Firm-Fixed-Price (FFP), Indefinite Delivery Indefinite Quantity (IDIQ) contract with a period of performance of five years minimum. Contract performance is expected to begin 1 October 2018 with a 30 day mobilization period beginning 1 September 2018. These dates are subject to change. The Government will conduct a source selection in accordance with (IAW) Federal Acquisition Regulation (FAR) Part 15 and any applicable supplements. Potentially interested parties/offerors seeking additional information pertaining to this acquisition are instructed to send written inquiries to Ms. Carrie Williams, email: carrie.williams.7@us.af.mil and Mr. Kyle Rust, email: kyle.rust@us.af.mil. Inquiries directed to other Government personnel are prohibited. THIS IS NOT A SOLICITATION OR A REQUEST FOR PROPOSAL. It is a market research tool being used to determine the availability of potential business sources capable of accomplishing the J85 engine repair and maintenance services identified in this notice. The Government is not obligated to and will not pay for any information received from potential sources as a result of this notice. This notice is for informational, for planning purposes only, does not constitute a solicitation for bid or proposal, and is not to be construed as a commitment by the Government. The information provided herein is subject to change and in no way binds the Government to solicit for or award a competitive contract. Contact with Government personnel, other than those specified in this Sources Sought, by potential offerors or their employees regarding this requirement is not permitted RFI QUESTIONS The J85 Source Selection Team has developed a list of questions to facilitate discussion and open lines of communication with industry. Responses to this RFI will help the Government determine the number, size, and capability of businesses interested in this requirement. Responses may also be used in the development and refinement of all requirements documents including the evaluation criteria. To ensure that your answers and comments are considered in the development of this acquisition please submit responses not later than 1 Aug 16. QUESTIONS: •1 1. At what location will you potentially provide this service? •a. If this workload is to be performed at a location other than Laughlin AFB, Del Rio, TX, identify where and identify the current/proposed capabilities? •b. If at current location, identify potential benefits/risks of this facility and the supportability of the workload requirements identified in this requirement? 2. Will you require Government Furnished Equipment (GFE) for this effort? •a. If so, what equipment will be required? •b. If so, what are the anticipated impacts with a transition of GFE, if your proposal includes providing this service at a location other than Laughlin AFB, Del Rio, TX? (i.e. cost/price, time, etc.) • 3. Does a requirement to utilize Defense Logistics Agency (DLA) as a source of new material affect your likelihood of submitting a proposal? If so, please explain the impact. • 4. What do you see as other risks associated with this requirement? How do your identified high risks translate into cost/price impacts? 5. What do you see as any additional barriers to entry or potential limitations with this requirement that would prevent your company from submitting a bid? IN ADDITION TO YOUR RESPONSES TO THE RFI QUESTION, PLEASE PROVIDE THE FOLLOWING INFORMATION: 1. Written summary of information concerning the technical certifications, capabilities, past performance and experience, and corporate background (if not provided in answers to RFI questions). 2. Applicable business size standard under NAICS Code 336412- Aircraft Engine and Engine Parts Manufacturing. 3. CAGE Code and DUNS Number 4. Please include contact information (name, phone number, and email address). • 5. Any other suggestions, recommendations, or questions. Responses for RFI submittals shall be limited to 10 pages or less with a typographical font of 12 or greater. Send all responses to Ms. Carrie Williams email: carrie.williams.7@us.af.mil and Mr. Kyle Rust, email: kyle.rust@us.af.mil with the heading "J85 Sources Sought Response- (insert company name)".
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/J85_ERRC/listing.html)
 
Record
SN04169483-W 20160703/160701233920-98de5c2acea109f20ae232a7dc179194 (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.