Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 06, 2005 FBO #1227
MODIFICATION

15 -- Request For Information (RFI) - F/A-22 Aircraft Program Support Products Integrator (SPI)

Notice Date
4/4/2005
 
Notice Type
Modification
 
Contracting Office
ASC/YFK Building 553 2725 C Street Wright-Patterson AFB OH, 45433-7424
 
ZIP Code
45433-7424
 
Solicitation Number
F22ASPI
 
Response Due
4/15/2005
 
Archive Date
4/30/2005
 
Small Business Set-Aside
N/A
 
Description
Request respondents submit one (1) hardcopy of their RFI response via mail to ASC/YFK, Attention: Jane E. Dillon, 2725 C Street, Wright-Patterson AFB OH 45433-7427. Also submit via electronic mail to Jane.Dillon@wpafb.af.mil with a copy to Mitzi.Hutcherson@wpafb.af.mil Note: A network restriction limits the size of email file attachments to 7 megabytes or less. Files larger than this should be divided and transmitted in multiple messages with each attached file not to exceed 7 megabytes in size. Contracting Office Address F/A-22 System Program Office, 2725 C Street, Wright-Patterson AFB OH 45433-7427 Description REQUEST FOR INFORMATION (RFI) This announcement constitutes an official Request for Information (RFI). This is a request for information only as defined in FAR 15.201(e). The intent is to identify market interest and solicit recommendations as how best to perform sustainment integration for the F/A-22 aircraft program. This is not a Request for Proposal (RFP) or an Invitation for Bid (IFB), nor is it to be construed as a commitment by the government. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. This RFI excludes Classification Code 28 for F119 engines. SECTION I Description: Pre-solicitation Market research and Request for Information (RFI) for an F/A-22 aircraft program Support Products Integrator (SPI). This RFI is intended to provide a forum to identify opportunities to decrease F/A-22 sustainment costs, improve F/A-22 sustainment efficiency, and increase sustainment readiness for F/A-22 customers. The SPI is envisioned to provide support integration experience, partnering, and air logistics center investment strategies while continuously reducing overall sustainment costs. Disclaimer: This Market Research and RFI is for planning only, and shall not be considered a RFP or IFB, an obligation from the U.S. Government (USG) to acquire any products or services, or authorization to incur any cost in anticipation of such authorization. The USG does not intend to award a contract on the basis of this RFI or reimburse respondents for information solicited. This information is subject to change and in no way binds the USG to pursue any course of action described herein. If the USG chooses to issue a RFP at some future date, another notice will be published. SECTION II Background: The F/A-22?s combination of stealth, supercruise, maneuverability, and integrated avionics, coupled with improved supportability, represents an exponential leap in warfighting capabilities and allows for the full realization of operational concepts that are vital to the 21st century Air Force. The F/A-22 is a critical component of the Global Strike Task Force that is designed to project air dominance, rapidly and at great distances, to counter and defeat threats that will attempt to deny access to USG forces. The F/A-22 is an air superiority fighter that incorporates the latest technological advances in reduced observables, avionics, engine performance and aerodynamic design. Knowledge gained from proven weapon systems such as the F-15, F-16 and F-117 formed the foundation for F/A-22 development. To ensure operational flexibility, the F/A-22 shall have better reliability and maintainability than any fighter aircraft in history. Increased F/A-22 reliability and maintainability pays off in less manpower required to fix the aircraft and the ability to operate more efficiently. Within the current environment, the F/A- 22 program is in Low Rate Initial Production and expected to enter Full Rate Production within the next year, with initial operating capability anticipated late 2005. The F/A-22 System Program Office (ASC/YF) has identified a potential need for a commercial or organic program to provide F/A-22 support products integration starting in October 2007. The F/A-22 support product integration role is envisioned to remain as the USG?s F/A-22 long-term sustainment philosophy, under a performance based logistics (PBL) acquisition. PBL is the purchase of support as an integrated, affordable, performance package designed to optimize system readiness and meet performance goals for a weapon system through long-term support arrangements with clear lines of authority and responsibility. Simply put, performance-based strategies buy outcomes, not products or services. The F/A-22 support products integration contract will involve sustainment for approximately 177 aircraft, with a potential for up to 381 aircraft. SECTION III Purpose: The primary purpose of this RFI is to solicit technical and business information from industry to aid in the definition and refinement of requirements for the F/A-22 SPI as detailed below. Potential uses for the information received may include development of requirements packages and possible future solicitations. Additionally, the Government seeks input on the data required to effectively estimate cost and perform the SPI role for the F/A- 22 Program. Finally, this RFI provides the opportunity to participate in further defining the SPI processes that will optimize F/A-22 logistical support and determine the viability of industry or organic sources to provide the services in the manner envisioned. SECTION IV Description: USG envisions a single point ?Support Products Integrator? (SPI) for F/A-22 sustainment. The SPI will have a total weapon system sustainment focus, and will be accountable through a series of performance metrics. Performance metrics will measure sustainment readiness and equipment availability. Further, the metrics requirements will be incorporated into the contract and offer the SPI increased challenges over the contract period. The SPI will integrate both horizontally among prime suppliers and vertically with smaller vendors to manage 1) depot maintenance (to include reparable repairs, software maintenance, airframe repair and modifications), 2) supply chain management (to include forecasting, purchasing, inventory, and transportation), 3) product support (to include technical order data and sustainment engineering). Prime suppliers are anticipated to be Lockheed Martin Aeronautics, the F/A-22 developer/manufacturer; the Boeing company, for initial training sustainment; and organic government depots (all three Air Force Air Logistics Centers and the Defense Logistics Agency). In short, the SPI will be responsible for F/A-22 supply chain management, reparable repair management; aircraft depot maintenance/modification management, support equipment maintenance and spares management, training systems support integration, and F119 engine repair integration. Initially, the SPI will deal with current vendors to sustain the F/A-22. The SPI will be required to partner with the ALCs to obtain ?core? capability requirements, which is directed by public law. The SPI will need to enable ALC repair capabilities, associated ALC activation processes, and manage core workload as core workloads are re-defined every two years. The SPI will rely on and develop interfaces with Lockheed Martin Aeronautics (LMA) for LMA manufactured supply support and repair, LMA developmental and manufactured support equipment, technical order data and related information system data, and sustainment engineering support. The USG will provide specifics on partnership relationships, roles and responsibilities, performance metrics, fleet size, Flying Hour Program (FHP), base locations, current vendors, points of contact for vendors/suppliers, background information on 10 USC, 2464 Core requirements, and security requirements. The Air Force is formulating requirements to acquire a full range of aviation related support services and requests that interested parties respond to the respective questions for the following support services/issues : (1) Potential SPI contract: What type of contract do you recommend to perform the SPI requirements? What SPI contract term do you recommend? What type of metrics do you recommend? How do you recommend measuring the metrics? How do you recommend the metrics be included in the contract? What contract incentives do you recommend? (2) Supply chain management and reparables: The SPI will need to interface and understand existing USG systems to successfully execute the SPI role. For the supply chain management and reparables, the systems envisioned are: the Core Automated Maintenance System (CAMS); D035T for shipping items; D043A for master item identification; the FEDLOG Database; D002A the standard base supply system; D087 for weapon system management information system. Given these systems, what processes do you recommend to manage, forecast, and procure supply items What processes do you recommend to manage and update stock lists? What processes do you recommend to manage inventory and pipeline transportation? What processes do you recommend to direct and manage vendor repair? What processes do you recommend to forecast reparable depot inductions? (3) Heavy aircraft maintenance: The SPI will need to understand and manage aircraft heavy maintenance principles to successfully execute the SPI role. For the aircraft heavy maintenance, the principles are: analytical condition inspections; unscheduled airframe maintenance (drop-in maintenance); airframe surface strip and recoat; and airframe modifications. Given these principles, what processes do you recommend to integrate an effective aircraft modification program? What processes do you recommend to integrate aircraft analytical condition inspections? What processes do you recommend to integrate aircraft paint stripping and repaint? What processes do you recommend to integrate unscheduled heavy aircraft maintenance? (4) Support Equipment: The SPI will need to interface and understand existing USG systems/services to successfully execute the SPI role. For the support equipment, the systems/services envisioned are: the Master Item Identification Database, D043A; the Defense Logistics Information Service; the Federal Logistics Information Service; the Haystack Database; the Air Force Equipment Management System; and the Logistic Support Analysis (LSA) database. Given these systems/services, what processes do you recommend to manage, forecast, and support equipment maintenance and spare parts? What processes do you recommend for identifying, documenting, and approving support equipment (SE) requirements to include procurement through delivery of assets? (5) Training support: the contract in which training systems are acquired and sustained for the USG will be managed by the Training Systems Squadron, ASC/YW. The current training system provider/sustainer is the Boeing Company. Under this structure, the SPI performs an integration role. What processes do you recommend to forecast and integrate training sustainment requirements? What processes do you recommend to integrate aircraft configuration change data for training impact analysis? What processes do you recommend to insure training devices are concurrent with the latest aircraft configuration? What processes do you recommend to assist the training team in out year change planning and budgeting? (6) Technical Order Data and related information systems: The SPI will need to interface and understand existing USG systems to successfully execute the SPI role. For the technical order data, the systems envisioned are: the Joint Computer Aided Logistics System (JCALS) and the Enhanced Technical Information Management System (ETIMS). The SPI will be reliant upon LMA for technical order data and related information. Given this relationship and systems interface requirements, describe how you will effectively integrate this SPI area? What processes do you recommend to integrate engineering data packages and drawings? What processes do you recommend to integrate Illustrated Parts Breakdown database and illustrations? What processes do you recommend to integrate Logistics Support Analysis? What processes do you recommend to integrate change board and configuration management products? What processes do you recommend to integrate and/or to perform technical order data authoring system? What processes do you recommend to integrate government furnished equipment and contractor furnished equipment data for support equipment technical order data? What processes do you recommend to integrate commodity technical order source data? (7) Engineering Support: the SPI will be reliant upon LMA for engineering support. Given this relationship, describe how you will effectively integrate this SPI area? What processes do you recommend to integrate the F/A-22 Integrity Data Analysis Reporting System (IDARS)? Do you have access to classified IMIS workstations What processes do you recommend to integrate the F/A-22 Integrity Life Management Plan? What processes do you recommend to integrate the LSA database called ATLAS? What processes do you recommend to integrate Logistics Composite Model (LCOM) simulations? What processes do you recommend to integrate monthly F/A-22 field data reports, generated by LMA? What processes do you recommend to integrate reliability and maintainability historical information, to include supplier requirements flow down? (8) Engine Repair: regarding the Pratt + Whitney F119 engine, the SPI will be required to enter into and maintain an Associate Contractor Agreement or similar proposed agreement with the F119 engine Original Equipment Manufacturer for the purpose of interfacing with, assessing and coordinating F/A-22 aircraft/F119 engine issues. This agreement will facilitate the exchange of technical information and the SPI will identify any unique access to data required to fulfill this responsibility. The F119 engine sustainment will be managed under a separate ASC/YFK contract. Given this relationship, what processes do you recommend to integrate engine repair (9) Transition Issues: Request industry also address, in general terms, how they recommend an orderly transition from the current sustainment environment to the SPI environment described in this RFI. Industry is invited to expand on the following transition issues of concern: (a) transition from current methodology to the proposed SPI methodology; (b) technical data development accessibility; (c) LMA continued engineering and technical data support; (d) ability to establish associate contractor agreements with numerous vendors. (10) Business Arrangement Concerns: Provide recommendations based on logistics support industry/aviation experience and best commercial practices for the following: (a) areas of perceived risk and suggest possible mitigation approaches (b) identify how far into the future this effort could be reasonably priced, on an annual basis (c) key data required to facilitate the ability to effectively price the out years of the effort described in this RFI (d) any innovative pricing strategies that may enhance confidence/reduce risk of pricing future years (e) express if your interest changes if F/A-22 aircraft fleet size is approximately 177 aircraft or the potential for up to 381 aircraft. (f) discuss any other business and financial issues not identified. (g) what type of data would you require to bid on this described effort if an RFP is released? SECTION V Solicited Information and Responses: All responses shall refer to RFI F/A-22 Aircraft Program Support Products Integrator (SPI). The Government intends to hold an information exchange day with interested industry representatives on 11 Mar 05. The purpose of the Information exchange day is to allow USG personnel to discuss RFI contents and address contractor questions. The Government will conduct the information exchange day at Wright- Patterson AFB, area B, building 570, room 112, if there is sufficient industry interest. Therefore, the Government requests you provide notice of your interest in attending by first registering as a source on the PIXS Web Site (http://www.pixs.wpafb.af.mil) or by contacting Mitzi Hutcherson or Chuck King by 4:30 PM EST 7 Mar 05 at the numbers listed in section VI. The Government will post a notice to the PIXS Web site with further details of the information exchange day by close of business 8 Mar 05. The Government will continue to answer questions that are received after the information exchange day either by answering questions directly or by posting the answer to the PIXS Web Site if the questions are of general interest. After the information exchange day, interested sources are encouraged to submit comprehensive information on their concept of operations along with a brief description of the firm?s history and sustainment/systems logistics support experience (to include examples of present/past similar logistics support efforts). Each objective should be addressed as specifically as possible, indicating those elements believed to be achievable and adequate to satisfy the objectives. Identify objectives not listed that may be important to the implementation of the program. Describe restrictions or challenges that may be faced implementing this program. Additionally, identification of required information that has not been discussed in this RFI package is encouraged. The Government does not desire elaborate submittals, and requests respondents limit RFI responses to 80 pages of information, single spaced using a 12 pitch font. Include point of contact with telephone/fax number and email address (if available). As part of the RFI process, the Government may contact respondents via telephone, video teleconference, email or other methods to request clarification of submitted data, request additional data or to engage in direct discussion. SECTION VI Government Points of Contact: Provide responses to ASC/YFK, ATTN: Jane E. Dillon, 2725 C Street, Wright-Patterson AFB OH 45433-7427, Phone (937) 904-5351, Email Jane.Dillon@wpafb.af.mil NOT LATER THAN 15 Apr 05. Points of Contact Mitzi Hutcherson, SPI Functional Contact, Phone (937) 904-5915, Fax (937) 656- 7222, Email Mitzi.Hutcherson@wpafb.af.mil ; Chuck King, SPI Functional Contact, Phone (937) 904-5884, Fax (937) 656-7222, Email Charles.King@wpafb.af.mil; Jane E. Dillon, Contracting Officer, Phone (937) 904-5351, Fax (937) 656-7222, Email Jane.Dillon@wpafb.af.mil For more information on F22ASPI--Request For Information (RFI) - F/A-22 Aircraft Program Support Products Integrator (SPI) please refer to http://www.pixs.wpafb.af.mil/pixslibr/F22ASPI/F22ASPI.asp
 
Web Link
F22ASPI-Request For Information (RFI) - F/A-22 Aircraft Program Support Products Integrator (SPI)
(http://www.pixs.wpafb.af.mil/pixslibr/F22ASPI/F22ASPI.asp)
 
Record
SN00781314-W 20050406/050404211847 (fbodaily.com)
 
Source
FedBizOpps.gov 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.