Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 13, 2017 FBO #5530
SOURCES SOUGHT

16 -- RFI - Pitch and Roll Channel Assembly (PRCA), sub components, and Aileron Rudder Interconnect (ARI) - F-15 - PRCA NSN Table

Notice Date
1/11/2017
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment 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
RFI-Pitch-Roll-Channel-Assembly(PRCA)-Aileron-Rudder-Interconnect(ARI)
 
Archive Date
1/28/2017
 
Point of Contact
Russell Keene, Phone: (405) 734-3287
 
E-Mail Address
russell.keene@us.af.mil
(russell.keene@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
PRCA NSN Table Enterprise Tinker Commodity Council, Market Research, Request for Information Pitch and Roll Channel Assembly (PRCA), sub components, and Aileron Rudder Interconnect (ARI) Solicitation Number: Not Applicable Agency: Department of the Air Force Office: Air Force Material Command Location: Tinker Air Force Base Notice Type: Sources Sought Posted Date: 13 January 2017 Response Date: 27 January 2017 5:00PM Central Daylight Time Archiving Policy: Automatic, 15 days on specified date Original Set Aside: N/A Set Aside: N/A Classification Code: North American Industry Classification System (NAICS) Code: 336413 Other Aircraft Part and Auxiliary Equipment Manufacturing DISCLAIMERS: The Government does not intend to award a contract on the basis of this Request for Information (RFI)/Sources Sought Notice. As stated in Federal Acquisition Regulation (FAR) 15.201(e), responses to this notice are not offers, and shall not be accepted by the Government to form a binding contract. REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT NOTICE: This RFI/Sources Sought Notice is issued as a means of conducting market research, to determine if other companies, besides Moog, are capable of providing the performance-based logistics (PBL) support for the F-15 Pitch and Roll Channel Assembly (PRCA), its subcomponents and the Aileron Rudder Interconnect (ARI). The proposed contract action is for PBL support for which the Government intends to solicit and negotiate with only one source under authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received by the synopsis response date will be considered by the government. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. PURPOSE: The Air Force desires a Performance-Based Logistic (PBL) provider to enter into a partnership to facilitate the maintenance and overhaul of the F-15 PRCA, its subcomponents, and the Aileron Rudder Interconnect (ARI). The contract is anticipated to be a Fixed Price per Flying Hour. This Sources Sought Notice is intended to determine if any other commercial entities are capable of supporting Air Force requirements for organic offload overhaul (for use when organic overhaul is insufficient to maintain availability) for 28 AF NIINs (Table 1) associated with the F-15 PRCA, its sub-components, and the ARI. OBJECTIVES: The overall objective of this PBL effort is to achieve a predetermined level of availability for the F-15 PRCA, ARI, and related components listed (See Table 1). The potential provider's approach must seek to deliver an integrated performance package designed to optimize system readiness and reduce the total cost of ownership. As detailed further in the Statement of Objectives, the Contractor will: 1. Be responsible to reach and maintain an Air Force predetermined level of serviceable asset availability of F-15 PRCAs, ARIs, and related components outlined by the Air Force through a collaborative partnership arrangement. • Enter into a Direct Sales agreement with the Air Force under which the provider will partner with the depot level maintenance facility and its workforce to execute the overhaul portion of the workload. • Due to the potential for offloaded overhaul maintenance work, all potential providers shall meet all source approval requirements for overhaul. Interested parties wishing to be a qualified overhaul source are REQUIRED to complete a complete Source Approval Request (SAR) package as specified in the Qualification Requirements (QRs) for these items. The QRs have been synopsized and have been posted to FedBizOpps. o https://www.fbo.gov/index?s=opportunity&mode=form&id=86a1dd726d36071dedef6b71d8ab7d40&tab=core&_cview=0 o https://www.fbo.gov/index?s=opportunity&mode=form&id=85d2e4a4986d72c6ef517ddc116166ad&tab=core&_cview=0 o https://www.fbo.gov/index?s=opportunity&mode=form&id=c008969097d3ed6c96b23f5b1f1463f2&tab=core&_cview=0 Please note that the Government may solicit and award this requirement prior to someone else being qualified. To be considered, you must submit your intention as a response to this announcement and submit a SAR by March 27, 2017. SAR submissions and questions should be submitted to the AFSC Small Business office at: AFSC/SB 3001 Staff Drive, Suite 1AG 85A Email: afsc.sb.workflow@us.af.mil Website: http://www.tinker.af.mil/sbo.asp 2. Reduce the Total Cost of Ownership versus the Air Force's current supply support model through innovation such as process improvement initiatives, reliability improvement initiatives, lean supply chain initiatives, & other techniques 3. Supply engineering and technical support to complement Air Force cognizant engineering specific to the overhaul and troubleshooting of F-15 PRCAs, ARIs, and related subcomponents. 4. Supplement organic depot maintenance manpower with offload facilities and contractor personnel, and perform overhaul of the assets to a degree that meets the Air Force requirement for end item supply availability, including: • work of a highly specialized and technical nature requiring tacit knowledge of a unique end-item with no known commercial variant or like item. • currently, Moog is the only known commercial source capable of satisfying this requirement because it is the sole source qualified to perform overhauls on the PRCA, its sub components, and the ARI. • utilize Depot Organic Maintenance Facility at Hill AFB to maximum extent. • meet all source approval requirements for overhaul prior to contract award. 5. Furnish expertise, knowledge, and experience to convert excess F-15 "A/D" model PRCAs to F-15 "E" model PRCAs 6. Reduce unserviceable supply chain asset generations through holistic approaches that incorporate innovative processes and product improvements. Requires implicit knowledge of field level supply chain processes and procedures, and its correlation and interaction with depot level supply chain. 7. Supply piece part product support integration of unique NSNs (determine quantities needed, purchase needed parts, warehouse, issue parts to maintenance, and maintain documentation for historical usage purposes) 8. Be DLA's global source of supply for all Sole Source and Unique material required for organic depot overhauls. 9. Provide overall planning and support (Program Management), in collaboration with the Air Force, to determine the quantity of overhauled items required to meet Availability targets. RESPONSES: The USAF requires that only non-proprietary information be submitted in response to this Sources Sought Notice. The USAF shall not be liable for or suffer any consequential damages for the use of any proprietary information submitted. 1. Responses are required no later than 27 January 2017. 2. Respondents shall provide the following company information: • Company name/Address • Cage Code • DUNS Number • Point of Contact • Phone/fax Number • Email Address • Web Page URL • Size of Business relative to NAICS Code (Small Business Size Standard employees or less), and the socio-economic category of your company if applicable. • U.S. or Foreign Owned Entity • Please indicate whether your interest is as a prime contractor or as a subcontractor 3. Respondents must address • Their capability to satisfy all nine objectives listed above and indicate what prior experience they have on PBL efforts that are similar in nature and scope and what prior experience they have with items identified in Table 1. • The date by which they will submit a SAR for approval of an alternate source to overhaul. • Willingness to provide up front pricing for full term of contract (10 years). SUBMISSION OF INFORMATION: Responses to this Sources Sought Notice must be readable by Microsoft Office or Adobe software. Responses to this Sources Sought Notice shall be unclassified and should not exceed 20 pages in length. Please note: emails containing file types such as:.zip,.xlsx, docx, or other macro-enabled extensions, may not be delivered to the intended recipient. All responses and questions under this Sources Sought Notice must be transmitted electronically via e-mail to [Russell Keene, Russell.keene@us.af.mil and/or Valerie Skeen, Valerie.Skeen@dla.mil]. Prior to the response date, if necessary, potential respondents may request clarifications by email. Significant responses to a potential respondent's request for clarification will be posted to FedBizOpps under this Sources Sought Notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/RFI-Pitch-Roll-Channel-Assembly(PRCA)-Aileron-Rudder-Interconnect(ARI)/listing.html)
 
Place of Performance
Address: 3001 Staff Drive, United States
 
Record
SN04368775-W 20170113/170111234111-a9c8cd5dd6644486588a0592e4acb09d (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.