Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 18, 2016 FBO #5504
SOURCES SOUGHT

15 -- Service Life Extension Program - Draft RFP_F-16 SLEP Kit Integrator

Notice Date
12/16/2016
 
Notice Type
Sources Sought
 
NAICS
#336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC / AFSC / AFNWC - HILL AFB, ., Hill AFB, Utah, 84056, United States
 
ZIP Code
84056
 
Solicitation Number
FA8232-18-R-0001
 
Archive Date
2/28/2019
 
Point of Contact
Eric A. Dumpert, Phone: 801-777-5964, Nathan P. Lee, Phone: 8017754928
 
E-Mail Address
eric.dumpert.1@us.af.mil, nathan.lee.3@us.af.mil
(eric.dumpert.1@us.af.mil, nathan.lee.3@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
SLEP CSI Qualified Source List_Draft RFP Draft SOW_F-16 SLEP Production Draft RFP_F-16 SLEP Kit Integrator Draft Request for Proposal: SOLICITATION NUMBER: NOTICE TYPE: FA8232-18-R-0001 Service Life Extension Program Draft Request for Proposal TITLE: F-16 Block 40-52, C and D-model; F-16 Legacy Structural Service Life Extension Program (SLEP) Prime Kit Integrator Draft Request for Proposal 1. NOTICE: This is not a solicitation. The Government's intent is to provide industry with updated information regarding the F-16 Legacy Structural SLEP Prime Kit Integrator contracting effort. 2. Program Overview: The F-16 SLEP intends to extend the structural service life of Block 40-52, C and D-Model F-16 aircraft by installing structural modifications onto the airplane between Fiscal Year 2019 and Fiscal Year 2026. The current requirement for the United States Air Force is to extend the service life of up to 300 aircraft; however, Foreign Military Sales (FMS) customers may also procure modification kits through this effort as well. As of the release of this Draft RFP, the Government is aware of the need for an additional 43 Block 52, D-Model SLEP kits for FMS. This brings the SLEP requirement to 343 kits. The Government has determined that sufficient small business interest and capability exits to competitively award the kit integrator contract as a small business set-aside for "all" small business concerns (FAR Part 19.502-2), and the award can be made within reasonable fair market value (FAR Part 19.5). 3. Purpose of the Draft RPF: The purpose of this draft RFP is to provide industry with updated information regarding the F-16 Legacy Structural SLEP Prime Kit Integrator contracting effort. Based on FAR 25.401(a), this small business set-aside acquisition prohibits foreign participation as the prime contractor. The Government is considering a single IDIQ, 10-year, Firm Fixed Price contract award through a competitive Lowest Price Technically Acceptable (LPTA) source selection. Successful offerors must be evaluated as technically acceptable; have no unresolved unacceptable past performance; be evaluated to possess low to moderate program risk; and meet cost and pricing reasonableness, completeness, and submit a balanced proposal. 4. Applicable Small/Disadvantaged Businesses: The Government is interested in "all" Small Businesses to include 8(a); Service-Disabled Veteran Owned; HubZone; and Women-Owned Small Business. a. This acquisition will utilize the Code of Federal Regulation size regulation CFR 121.406. 5. Requested Information: The Government does not require a response to this notification. However, at Industry Day, interested vendors should be prepared to discuss Government requirements and potential areas-of-concern, associated with this draft RFP, which could lead to unnecessary costs or increased program risks. 6. Additional Information: The Government intends to award the modification kit integrator contract under PSC: 1560 (Airframe Structural Components), and NAICS: 336413 (Other Aircraft Parts and Auxiliary Equipment Manufacturing). Therefore, interested vendors must be cognizant of all applicable small business size requirements established by the Small Business Administration, as well as work performance requirements defined under FAR Part 52.219-14 for this contract. The Request for Proposal will require offerors to clearly identify how they meet these requirements to be considered for award, and to provide evidence of their small business status. Due to the size of the updated Technical Data Package (TDP), interested parties must specifically request the TDP in accordance with paragraph 7. Please include your CAGE code and an individual's email address. The Government will distribute the TDP via AMRDEC. Tentative Schedule of Critical Events: a. Industry Day (Small Business) TBD (Tentative late Jan/Feb 2017) b. Release Formal RFP Sep 17 (Working to accelerate-Jun 17) c. Proposals Due 45 days after RFP Release d. Contract Award Jan 2018 Due to the extensive long-lead Aluminum-Lithium (Al-Li) manufacturing times, the program team intends to acquire the initial Al-Li requirement to support contract award, and deliver rolled plate (as Government Furnished Material) to the modification kit integrator awardee in an effort to expedite the manufacturing of the 16B6224-35, FS479 bulkheads. The Government requires offerors to be "qualified manufacturing sources" at the time of Final RFP release, or to clearly identify (through a subcontractor plan) the use of qualified sources for manufacturing of Critical Safety Items and manufactured parts. Due to the time constraints of this contracting effort, the Government will not accept the risk to qualify manufacturing sources following contract award. Therefore, the SLEP team is currently working two initiatives to help small businesses become qualified manufacturing sources, and/or for them to identify and locate qualified sources to partner with. 1) The SLEP team will accept Source Approval Requests (SAR), in support of the modification kit integrator effort, "directly" to the engineering focal point ("not" through DLA). Once approved, the F-16 Engineering Support Authority (ESA) will work with DLA to update the qualified sources list. Please submit any questions or interest in this effort in accordance with paragraph 7 below. 2) The SLEP team is actively vetting the existing F-16 source qualification lists of SLEP critical safety items with each vendor. This task is not complete, however the current lists (with updates as we know them today) are included with this draft RFP. The goal is to reduce the time and expense required for small businesses to identify qualified sources and establish partnering relationships to support proposal development. Draft Evaluation Factors: Factor 1: Technical Acceptability (Acceptable / Unacceptable) - Sub-factor 1: Technical Capability o System/Design Engineering Knowledge Test (see examples below) o Manufacturing Capability/Management o Kitting Management - Sub-Factor 2: Management Plan o Oversight/Management of Sub-Contractors o Quality Processes o Delivery Schedule o Internal Risk Self-Assessment Factor 2: Past Performance (Acceptable / Unacceptable) Factor 3: Cost/Pricing - Completeness - Compliance w/ Section L&M - Reasonableness - Achieved through competition - Balanced - Significantly under or overstated CLIN(s) Engineering Knowledge Test (Sample Questions): Q1. What features or surfaces of 16D2700-671 (C model CSL) are specified for electrical bond per FPS-3024? Q2. Identify which surfaces of 16D2700-671 (C model CSL) have no surface finish? Q3. Define test requirements for 16K0623-11 (C model CSL). Q4. Define FPS-3008, Class 2E marking requirements (FS341 bulkhead). Q5. State 16B5250-485 critical characteristics (FS341 bulkhead). How often are these characteristics non-destructively inspected? Are there any exceptions? Q6. Describe IUID labels for kit marking (all mods). Q7. Define finish requirements for 16P1710-33 (FS341 bulkhead). Q8. State the surface finish and tolerance requirements for 16L009-33 (FS341 bulkhead). What are the roundness requirements for diameter C? 7. Government Correspondence: a. Please submit questions, comments, or information requests to Mr. Eric Dumpert at eric.dumpert.1@us.af.mil. System/Design engineering will be evaluated based on responses to similar questions. This allows the Government to effectively evaluate a contractor's ability to read, interpret, and understand F-16 drawing packages to effectively develop manufacturing models in support of this contract. These questions all address contractor knowledge of the Attach A, drawings, AL/PL, specs, drawing bullet interpretation, face of drawing interpretation, finish identification and interpretation, and knowledge of CSI management, test, markings and IUID. At this time, the Government is not in a position to release specific evaluation criteria for the source selection. This will be an agenda item for discussion during the Industry Day. However, we can inform interested parties on our higher-level strategy for evaluation factors. The Government will evaluate proposals through a full spectrum of knowledge tests; program and manufacturing planning; ability to meet delivery requirements; offeror's internal risk assessments; acceptable past performance; Government site surveys; and cost/pricing proposals. Potential evaluation factors include:
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FA8232-18-R-0001/listing.html)
 
Record
SN04354151-W 20161218/161216234355-735b3e072e0b13ee2640aa524c17c413 (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.