Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 30, 2014 FBO #4662
MODIFICATION

J -- Sustainment Program for the Raptor Engine (SPaRE)

Notice Date
8/28/2014
 
Notice Type
Modification/Amendment
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PK - WPAFB (includes PZ, WL, WW, WI, WN, WK, LP, WF, WK), 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218, United States
 
ZIP Code
45433-7218
 
Solicitation Number
F22WSPBLSUST3
 
Point of Contact
Shonda Allen, Phone: 9377137474, David Rohlinger, Phone: 9377137475
 
E-Mail Address
shonda.allen@us.af.mil, David.Rohlinger.1@us.af.mil
(shonda.allen@us.af.mil, David.Rohlinger.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS NOT A REQUEST FOR PROPOSAL/QUOTE. This synopsis is not to be construed as a commitment on the part of the Government to award a contract nor does the Government intend to directly pay for any information or responses submitted as a result of this solicitation. This is a Sources Sought Synopsis; there is no solicitation available at this time. This Sources Sought Synopsis is published for market research purposes only. Companies may be contacted if further information is needed. This announcement constitutes a Sources Sought Synopsis to seek new competition for future work pertaining to F-22 engine sustainment starting 01 January 2018. The F-22 aircraft blends low observables with advanced avionics, a highly maneuverable lightweight airframe, and the ability to supercruise. The F-22 is designed to detect, engage, and destroy any opposing force before detection. F-22 sustainment currently includes two aspects. One aspect is an air vehicle contract currently referred to as Follow-on Agile Sustainment for the Raptor (FASTeR) and the other is an engine contract currently referred to as the Sustainment Program for the Raptor Engine (SPaRE). The original estimated minimum/maximum amount for the F-22 sustainment contracts was $12.5B over ten (10) years (2008-2017) for the air vehicle and engine. Contract efforts are subject to Federal Acquisition Regulation (FAR) 52.232-18 availability of funds. The sustainment contracts currently contain multiple contract types at the contract line item level (e.g. firm fixed-price, cost plus incentive fee, cost plus fixed fee, etc.) This Sources Sought Synopsis only addresses the SPaRE engine requirements starting 01 January 2018. Any air vehicle requirements would be addressed under a separate effort. The current SPaRE contract is a performance based logistics (PBL), service contract for the sustainment of Pratt & Whitney (P&W) F119-PW-100 engines supporting F-22 mission requirements. The contractor will be required to provide fleet management services that provide the technical information and logistics resources to enable maintenance and material management of 473 engines (including 103 spare engines). Service will be required at the following five (5) USAF operational bases: Nellis AFB, Nevada; Tyndall AFB, Florida; Langley AFB, Virginia; Elmendorf AFB, Alaska; and Hickam AFB, Hawaii. Additionally, the contractor shall provide engine support at Edwards AFB, California; Palmdale, California; Hill AFB, Utah; Tinker AFB, Oklahoma; Sheppard AFB, Texas and at transient or deployed locations for equipment, hardware and tooling only. The contractor will be required to: - Provide off-base services, including material management functions, engine maintenance, and subcontractor component support services - Provide on-base services including liaison support for supply services, and Organizational (O-level) maintenance, limited Intermediate (I-level) maintenance and full I-level maintenance capability including equipment and tooling - Manage the fleet program management, maintenance, and support actions, program planning and status reporting documents - Update the Contractor Support Plan (CSP) - Develop and update maintenance build plans based on Condition Based Maintenance Plus principles - Provide Technical Order Data (TOD) and Time Compliance Technical Order (TCTO) - Provide Analytical Condition Inspections (ACI) - Provide F119 depot maintenance at Tinker AFB, Oklahoma through implementation of a public private partnership for F119 engine/module maintenance - Provide Customer Technical Services and Sustaining Engineering Support - Control and manage spare parts, engines and modules to include requirements determination, requisition, procurement, distribution, item unique identification (IUID), demilitarization and disposal - Collect and analyze reliability, maintainability, and system cost data/parameters - Coordinate, identify, and prioritize Integrated Maintenance Information System (IMIS) issues and solutions - Support and maintain airworthiness certification and compliance - Maintain the Propulsion and Power Systems Integrity Program report - Integrate and coordinate all peculiar support equipment It is critical that respondents include the degree to which they will require access to F119-PW-100 engine data rights and the degree to which they have, or are able to obtain F119-PW-100 engine data rights from P&W. The F-22 Contracting Branch is surveying the market to determine if any sources are qualified to perform any or all of the aforementioned requirements. Interested firms should submit sufficient information (limit to 20 pages - 12 point font, single-spaced, 1" margins) which will permit assessment of technical capabilities in writing or electronically to Air Force Life Cycle Management Center, AFLCMC/WWUK, Attn. Ms. Shonda Allen, 2725 C Street, Wright-Patterson AFB, OH 45433-7424. If there are any questions with regard to the contract please contact Shonda Allen, Contract Negotiator, AFLCMC/WWUK, (937) 713-7474, e-mail Shonda.Allen@us.af.mil or David Rohlinger, Contracting Officer, AFLCMC/WWUK, (937) 713-7475, e-mail David.Rohlinger.1@us.af.mil. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. Recent, relevant experience should be provided for each area. If a company is capable of some, but not all of the consolidated requirements stated in this Sources Sought Synopsis, please provide a response that explains the requirements for which you are capable. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. The North American Industry Classification System (NAICS) code for this action is 488190, size standard is $32.5 million. Firms responding to this announcement should indicate whether they are a large business, other than small business, small business, small disadvantaged business (SDB), woman-owned small business (WOSB), economically disadvantaged women-owned small business (EDWOSB), 8(a)-certified business, service-disabled veteran-owned small business (SDVOSB), veteran-owned small business (VOSB), or Historically Underutilized Business Zone small business (HUBZone). All prospective contractors shall be registered in the System for Award Management (SAM) database to be awarded a DoD contract. Note that the NAICS code for this requirement, if applicable to the company's capabilities, should be included in the company's NAICS code listing in SAM (www.sam.gov). The acquisition strategy has not yet been determined. Market research results will assist the Air Force in determining whether this requirement will be a full and open, a small business (or other socioeconomic) set aside, or a sole source acquisition. Note that, if there is sufficient demonstrated interest and capability among small business contractors, a key factor in determining if an acquisition will be a Small Business Set-Aside is that two or more potential small business prime contractors must be capable of performing at least 50% of the effort, as defined in FAR clause 52.219-14, Limitations on Subcontracting. If it is determined that a small business set-aside is appropriate and your company anticipates submitting a proposal as the prime contractor for a small business set-aside, please provide specific details and rationale as to how compliance with FAR clause 52.219-14 would be achieved, including specific details regarding teaming arrangements, etc. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. Request that large and small businesses provide a reasonable expectation for small business utilization as a percent of total contract value. Please provide supporting rationale for the recommended percentage. Please note: any future solicitation related to this effort may include evaluation factors for proposals submitted by other than small businesses with respect to Small Business Subcontracting Plans (See FAR 19.702) and/or Past Performance with respect to having reached Small Business subcontracting goals (DFARS 215.305(a)(2)). It is anticipated that appropriate security classifications for personnel and facilities will be required up to the Secret level in satisfying these performance requirements. It is also anticipated that the contractor will require access to special access information, receive and generate classified material and fabricate, modify or store classified hardware. Appropriate security requirements will be required before contract award. Companies may be contacted for further information as required to assess their capabilities. An Ombudsman has been appointed to address concerns from offerors or potential offerors during the proposal development phase of this acquisition. The Ombudsman does not diminish the authority of the program director or Contracting Officer, but communicates contractor concerns, issues, disagreements and recommendations to the appropriate Government personnel. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call AFLCMC's Ombudsman, Ms. Jill Willingham, AFLCMC/AQP, at (937)785-5472, e-mail Jill.Willingham_Allen@us.af.mil. RESPONSES ARE DUE NO LATER THAN 5 Sep 14.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/F22WSPBLSUST3/listing.html)
 
Place of Performance
Address: Department of the Air Force, Air Force Materiel Command (AFMC), Air Force Life Cycle Management Center, AFLCMC/WWUK, 2275 C Street, Wright-Patterson AFB, Ohio, 45433-7218, United States
Zip Code: 45433-7218
 
Record
SN03487026-W 20140830/140829023110-5573bf17cd3d9fbf66d21143fdafa18c (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.