Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 08, 2007 FBO #1928
SOURCES SOUGHT

28 -- The Government is seeking a source that can assist in the establishment of overhaul capabilities for the T-62T-2B Auxiliary Power Unit at Corpus Christi Army Depot.

Notice Date
3/6/2007
 
Notice Type
Sources Sought
 
NAICS
336412 — Aircraft Engine and Engine Parts Manufacturing
 
Contracting Office
US Army Aviation and Missile Command (Aviation), ATTN: AMSAM-AC, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
 
ZIP Code
35898-5280
 
Solicitation Number
W58RGZ-07-R-0296
 
Response Due
3/16/2007
 
Archive Date
5/15/2007
 
Small Business Set-Aside
N/A
 
Description
MISSION NEED STATEMENT FOR (Establishing Auxiliary Power Unit Overhaul) 1. Defense Planning Guidance Element. This Mission Need Statement outlines the need for the establishment of an overhaul facility at Corpus Christi Army Depot (CCAD) for the T-62T-2B Auxiliary Power Unit (APU). The overwhelming requirement for the T2B APU requires an additional source for mai ntenance be established to support that need. 2. Mission and Threat Analyses. a. Mission. This overhaul capability will provide an Army capable source to implement Best Business Practices resulting in reduced APU and component repair turn around time, smaller required inventory levels because of streamlined material integration pro cesses, improved readiness, increased depot capacity and reduced total ownership cost through a streamlined logistics infrastructure. b. Threat. This requirement will affect Army missions worldwide. However, the scope of work requires the entire workload for this requirement to be conducted at the establishing facility in Corpus Christi, TX. 3. Non-materiel Alternatives. Non-material alternatives for this requirement would be inadequate. In order to provide a serviceable and workable product, a material integration strategy would have to be a part of the requirement. 4. Potential Materiel Alternatives. The Army currently has a Depot Maintenance Interservice Agreement (DMISA) being utilized to overhaul this APU at Cherry Point Naval Air Station. Cherry Point is not able to support the Armys need to better control configuration management on this item. In an effort to improve configuration management, the need to establish overhaul capabilities at an Army facility has become a necessary. Inter-service cooperation will continue. 5. Constraints. a. Manpower and Personnel. Estimated manpower requirements include 2 Man Years for engineering support and 1 Man Year of Program Management support. There is an additional requirement of 1 Man year for a parts warehouse manager to handle supply chain and parts kitting operations. b. Training. N/A c. Human Factors Engineering, Safety and Health Hazards. CCAD, an ISO 9001 Certified facility, is one of the largest helicopter overhaul and repair facilities in the world. In addition to Army aircraft, they overhaul/repair helicopters and components for the Air Force, Navy and Marines. As the Cornerstone of A viation Readiness, their multi-skilled and dedicated workforce, backed by state of the art facilities and equipment, support a wide range of weapon and component systems. CCADs capabilities are backed by extensive test facilities. Equipment and maintena nce hangars are required to support multi-weapon systems such as AH-64, H-60 and CH-47 aircraft platforms and related components. CCAD maintains a wide range of component test facilities (test cells) necessary to overhaul/repair mechanical, electrical, hy draulic components, instruments, rotor blades, rotor heads, transmissions, gearboxes, and turbo shaft engines. CCADs capabilities at a glance include Test & Inspection, Metal Processing, and Fabrication & Repair performed by CCAD artisans to support Mult i-Service Weapon System Readiness. d. Soldier Survivability. N/A e. Logistics Support. Logistics support will be provided as part of an Integrated Logistics Support team consisting of U.S. Army Aviation and Missile Command, CCAD, and the appropriate industry partner. Logistics support includes, but is not limited to, planning of requirements, implementing standards and initiatives, and overseeing mission requirements. f. Operational Environment. Operations for the requirement will take place at the CCAD maintenance facility. g. Transportation. N/A 6. Joint Potential Designator. This is a Total Army program; therefore joint management is not required. Attachment A Department of the Army U.S. Army Aviation and Missile Command Redstone Arsenal, Alabama 35898 Request for Information (RFI) to the Aviation Maintenance Industry: Attached is the approved Mission Needs Statement and draft requirement document for the establishment of an overhaul program for the T-62T-2B Auxiliary Power Unit at Corpus Christi Army Depot (CCAD). This RFI is to determine industrys ability to meet thi s requirement. This is not a procurement or commitment to procure any material or services. However, it is the Armys intent to establish overhaul capabilities at CCAD according to the requirements document. Please provide as much of the requested information as possible. In order to maintain confidentiality of appropriate portions please indicate, with suitable legends, which material should be held in confidence. 1. Product Related Information: Do you currently offer any services that would meet the requirements of this document? If so, what services can you provide? Are these services provided by your company or are the services being provided to you by a subcontractor? If the latter is the c ase, which businesses do you represent? In case of subcontractor use, which actual business entity would have the direct contractual relationship with the Government? Which entity would then provide the support to the product? What terms and conditions must your organization flow through to the customer where you are providing services for another business entitys product? If you do not have the existing services to meet this requirement, do you plan to have any in the near future? If so, what general time frame? Also, if so, please provide information on as many of these questions as possible. Would any of the services you provide need to be modified to meet this requirement? If so, what is the rough order of magnitude of the modifications? What time frame and if applicable, cost above your normal list price would these modifications entail? Would there be any impact on continuing support? If so, what type of impact? Would you be willing to provide a test or demo of your service capabilities? If so, would you be willing to demonstrate these services at a Government location? Would there be any costs involved? How long have you been providing these services? What types of maintenance and support do you offer? Please describe available plans and associated costs. How do you provide support? Please briefly describe your support organization. Is it part of your business or a separate entity? Do you have any information on average times to repair or root cause analysis that indicates general patterns of product fai lure that you can provide? For your products and services that could meet this requirement, please provide copies of applicable support and maintenance plans as well as copies of your warranties. To what standards do you warrant your products and services? What usual rights do you provide to your clients? Do you normally negotiate limitations of liabilities in your agreements? If so, please provide representative examples of negotiated ones. Please provide copies of your standard agreements for both applicable products and services, as well as representative samples of negotiated agreements, with names of persons appropriately redacted, if necessary. Have you performed any customer satisfaction surveys? Would you be amenable to providing any results to us? What is your average size order  in quantities and revenues? 2. Organizational Related Information: Company type: NAICS code 336412 Company size: both appropriate revenue as well as employee revenues? Organizational structure, e.g., corporation, partnership etc. If corporation, state whether public or private. If majority of stock is owned by another business, provide name and type of business. Estimated annual sales of all products and services, segregated between Government (federal, state, and local) and commercial. Do you sell products internationally? If so, abo ut what percentage of total sales? Please provide this same information for only those products appropriate to this Request for Information. Ever been debarred or suspended by any governmental entity? If so, please provide details. When was your business founded? What is the approximate turnover in senior management personnel (officers)? What is the approximate turnover overall of employees? What industry, trade or professional associations is your entity a member of, or associated with? Will you provide references of existing clients? If so, please provide a representative list with names and phone numbers for us to contact. Do you use your oven sales/marketing force? 3. Pricing and Discounting Information Please provide information and/or copies of applicable price lists and discounts, such as Government, non-profit/educational, quantity, loyalty, OEM, or other. Do you provide financing? If so, what are the terms? What are your normal payment terms? 4. Other Business Practices Information What are your normal inspection, acceptance, and testing procedures? What sort of license or other- rights to use associated equipment, hardware or software do you provide? What are your normal practices with respect to upgrading equipment, hardware or software? Are there charges or discounts? What about upward compatibilities? Please tell us about any litigation or proposes or threatened litigation relevant to the products or services appropriate to this requirement. Please provide any other information that you deem relevant. Please also provide daytime phone and fax numbers and names and addresses of persons whom we may contact. Please also provide any available technical, product or marketing literature for applic able products and services.
 
Place of Performance
Address: US Army Aviation and Missile Command (Aviation) ATTN: AMSAM-AC, Building 5303, Martin Road Redstone Arsenal AL
Zip Code: 35898-5280
Country: US
 
Record
SN01244810-W 20070308/070306221220 (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.