Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 17, 2015 FBO #5046
SOURCES SOUGHT

J -- AE3007H Engine Depot and Fleet Maintenance Services - Capabilities Matrix

Notice Date
9/15/2015
 
Notice Type
Sources Sought
 
NAICS
336412 — Aircraft Engine and Engine Parts Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Material Command, PK/PZ - Robins AFB, 215 Page Rd, Robins AFB, Georgia, 31098-1611, United States
 
ZIP Code
31098-1611
 
Solicitation Number
FD23991500651
 
Archive Date
10/29/2015
 
Point of Contact
Cody Hammock, Phone: 4687465, Aaron J. Simmons, Phone: 4789268631
 
E-Mail Address
Cody.Hammock@us.af.mil, aaron.simmons.6@robins.af.mil
(Cody.Hammock@us.af.mil, aaron.simmons.6@robins.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Capability Statement Template PURPOSE/DESCRIPTION The Government is conducting market research to identify potential sources that possess the production/repair data, expertise, capabilities, and experience to meet qualification requirements for the support of the Depot and Fleet Maintenance of the Rolls Royce AE3007H Engine. Depot-level maintenance is defined as any scheduled or non-scheduled action performed on materiel in the conduct of inspection, repair, overhaul, or the modification or rebuild of end-items, assemblies, subassemblies and parts (10 USC 2460). Depot level maintenance is also known as Maintenance, Repair and Overhaul (MRO). Additionally, Fleet Maintenance support includes all activities associated with establishing and managing an Inventory Control Point. Procuring/acquiring Line Replaceable Units ( LRU) spares and repairs; researching, analyzing, and resolving items impacted by Diminishing Manufacturing Sources and Material Shortages; developing, updating and distributing Technical and Engineering Data changes and updates; and, performing engineering/sustainment support as necessary. At this time, the Government is unable to provide an unlimited data package to any third party. The current qualified source is Rolls-Royce Corporation, CAGE code 63005, 450 S Meridian St, Indianapolis, Indiana 46255. If the contractor cannot provide the required support without additional technical documentation, the contractor shall identify a rough order of magnitude (ROM) cost and time to produce Level III technical data packages in accordance with MIL-DTL-31000A or equivalent. For the purposes of the ROM, respondents should advise of any proprietary markings. The ROM shall not exceed nine 8.5" X 11" pages with top, bottom and side margins of 1 inch. Font Type will be Arial and Font Size will be no smaller than 11. The contractor will provide support to include, but not limited to: Managing the full cycle of MRO, e.g., planning, scheduling, directing, funding and controlling, to include related support and training equipment; Performance of on-and off-equipment maintenance to include scheduled and unscheduled maintenance, inspections, Time Compliance Technical Orders (TCTOs), Time Change Items (TCIs) and One Time Inspections (OTIs) on the Rolls Royce AE3007H Engines. Provide support to all activities associated with establishing and managing an Inventory Control Point; e.g. procuring/acquiring Line Replaceable Unit ( LRU) spares; performing LRU repairs; researching, analyzing, and resolving items impacted by Diminishing Manufacturing Sources and Material Shortages (DMSMS); developing, updating and distributing Technical and Engineering Data changes and updates; and, performing engineering/sustainment support as necessary. Contractors/Institutions responding to this market research are placed on notice that participation in this survey may not ensure participation in future solicitations or contract awards. The government will not reimburse participants for any expenses associated with their participation in this survey. INSTRUCTIONS: •1. The document below contains a Contractor Capability Survey. The Survey allows Contractors to provide an explanation of how their company's capabilities would enable the Government to meet mission goals. •2. If, after reviewing these documents, you desire to participate in the market research, you should provide documentation that supports your company's capability in meeting these requirements. Failure to provide documentation may result in the government being unable to adequately assess your capabilities. If you lack sufficient experience in a particular area, please provide details explaining how you would overcome the lack of experience/capabilities in order to perform that portion of the requirement (i.e., teaming, subcontracting, etc.) •a. Identify any areas of work that your organization believes should be broken out exclusively for Small Business. •3. Both large and small businesses are encouraged to participate in this Market Research. Joint ventures or teaming arrangements are encouraged. •4. Questions relative to this market survey should be addressed to Aaron Simmons, (478) 926-8631, or at aaron.simmons.6@us.af.mil. CONTRACTOR CAPABILITY SURVEY Rolls Royce AE3007H Engine Depot and Fleet Maintenance Services (NSN 2840-01-507-6569) Part I. Business Information Please provide the following business information for your company/institution and for any teaming or joint venture partners: · Company/Institute Name: · Address: · Point of Contact: · CAGE Code: •· Phone Number: •· E-mail Address: •· Web Page URL: · Size of business pursuant to North American Industry Classification System (NAICS) Code: 336412 Based on the above NAICS Code, state whether your company is: •· Small Business (Yes / No) •· Woman Owned Small Business (Yes / No) •· Small Disadvantaged Business (Yes / No) •· 8(a) Certified (Yes / No) •· HUBZone Certified (Yes / No) •· Veteran Owned Small Business (Yes / No) •· Service Disabled Veteran Small Business (Yes / No) · Central Contractor Registration (CCR). (Yes / No) · A statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership). Written responses, no facsimiles or e-mails please, must be received no later than close of business 14 Oct 2015. Please mail two (2) copies of your response to: AFLCMC/WIKBA Attn: Aaron Simmons 235 Byron Street, Suite 19A Robins AFB, GA 31098-1670 Questions relative to this market survey should be addressed to Aaron Simmons, (478) 926-8631, or at aaron.simmons.6@us.af.mil. Part II. Capability Survey Questions •A. Technical Capability Questions: •1. Describe your company's ability to access depot-level maintenance source data necessary to identify requirements for establishing and operating a depot-level maintenance capability for the Rolls Royce AE3007H engine. (Source Data must include, but is not limited to: Skilled personnel requirements, Training and Certifications, Engineering data and drawings, Technical manuals and documentation, Repair procedures, Test requirements, Special and common support/test equipment, Special and common tools, Provisioning data, Facility requirements). •2. Describe your company's ability to convey the prescribed source data to the Government enabling the establishment and validation/verification of a depot-level maintenance for the Rolls Royce AE3007H engine at Tinker AFB, OK. •3. Describe your company's expertise and ability to identify existing and potential depot-level maintenance for the AE3007H engine, its components and subcomponents. •4. Describe your company's capabilities to finance, mobilize, and manage Rolls Royce AE3007H maintenance of this magnitude. •5. Describe your company's expertise, capabilities and experience in establishing depot-level maintenance for the Rolls Royce AE3007H engine at Government and/or commercial locations. •6. Describe performed or currently performing contracts with similar scope, magnitude, and complexity using a-h below: Please include contract title, contract number, service description, period of performance, contract type, prime or subcontractor, and point of contact. a. Contract Title b. Contract Number c. Contract Period of Performance d. Contract Type e. Contract Value f. Description of Services g. Performed/Performing as (Prime or Subcontractor) h. Point of Contact •7. Describe your company's expertise and ability to identify and obtain special and common support/test equipment and tools as relating to the Rolls Royce AE3007H engine depot-level maintenance. •8. Describe your company's expertise and ability to identify and convey provisioning data as relating to the Rolls Royce AE3007H engine depot level maintenance. "Provisioning" is defined as the process of determining and acquiring the range and quantity of support items (e.g., spares, repair parts, bulk materiel, tools and test equipment) necessary to operate and maintain a system for an initial period of time. •9. Describe your company's expertise and ability to identify, optimize and implement facility requirements and process flows as relating to the Rolls Royce AE3007H engine depot-level maintenance. •10. Does the contractor possess the AE3007H technical data (manufacturing drawings, interface drawings, parts lists, repair data) necessary to provide the scope of engine services required? If not, provide an explanation of how that technical data and information will be obtained and the cost/timeframe required to obtain it. •11. Specifically address your capabilities with the following items unique to providing Rolls Royce AE3007H engine maintenance and supply services at an overseas location: a. Obtaining passports and visas b. Working under a Status of Forces Agreement (SOFA) c. Expediting parts through the customs and clearance processes in foreign countries d. Handling export controlled items; specifically Packaging, Handling, Storage & Transportation (PHS&T) issues e. Managing personnel at overseas locations with no support infrastructure •12. Do you currently provide, or have you in the past provided, field and depot support for Rolls Royce AE3007H engines? •13. What capabilities do you have with providing full Contractor-controlled Inventory Control Point support for the Rolls Royce AE3007H? •B. Commerciality Questions: •1. Is there established catalog or market prices for our requirement? •2. If you offer this product and/or service to both U.S. Government and commercial sources, is the same workforce used for both the U.S. Government and general public? •3. Is our requirement offered to both under similar terms and conditions? Briefly describe any differences. •4. Describe your standard warranty and return process for goods and services furnished to the government for items similar in nature to this requirement. •C. Small Business Question: •1. Based on similar experience, please provide recommendations on realistic small business subcontracting percentage goals for this requirement. The most current Department of Defense SB goals are indicated as follows: Total SB (36%); Small Disadvantaged Businesses (5%); Woman-owned SB (5%); Service-disabled Veteran-owned SB (3%); and HUBZone (3%).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/FD23991500651/listing.html)
 
Record
SN03887378-W 20150917/150916000739-83b0696dc0e3779f724d65ac2b2d3615 (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.