Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 05, 2016 FBO #5277
SOURCES SOUGHT

J -- T-56 Module Repair - T56 Qualification Requirements

Notice Date
5/3/2016
 
Notice Type
Sources Sought
 
NAICS
336412 — Aircraft Engine and Engine Parts 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
T-56_Bridge
 
Archive Date
6/1/2016
 
Point of Contact
Carrie Williams, Phone: 4057346724, Gayle Little, Phone: 4057342017
 
E-Mail Address
carrie.williams.7@us.af.mil, gayle.little@tinker.af.mil
(carrie.williams.7@us.af.mil, gayle.little@tinker.af.mil)
 
Small Business Set-Aside
N/A
 
Description
T56 Repair Qualification Requirements for Critical Safety Items (CSI) and Critical Application Items (CAI) (Quick Engine Change (QEC)) T56 Repair Qualification Requirements for Critical Safety Items (CSI) and Critical Application Items (CAI) (Power Section, Reduction Gearbox, Torquemeter) Agency: Department of the Air Force Office: Air Force Life Cycle Management Center Place of Performance: Tinker AFB NAICS Code: 336412- Aircraft Engine and Engine Parts Manufacturing PSC: J028- Maintenance and Repair of Engines, Turbines, and Components SOURCES SOUGHT - REQUEST FOR INFORMATION (RFI)- T-56 Module Repair, NSN/NOUS/PN: MULTIPLE: See Attached document RQR-1T56 and RQR-1T56 QEC. All documents released prior to the formal RFP are in DRAFT status and are subject to change. The period of performance for this requirement is expected to be 2-5 years The anticipated award date for this requirement is 2017 Objective : This announcement constitutes a Sources Sought Notice to obtain information of the availability of companies for a bridge contract that can provide the technical, logistics management, maintenance and repair requirements for the return of unserviceable T56 Modules to a serviceable condition. The Air Force is conducting a market research survey of industry to determine potential vendors who have the knowledge or potential capability to provide this requirement. Based on a review of industry response to this sources sought notice, the government will determine the appropriate acquisition strategy. Scope of Work : The contractor shall provide the Government with the labor and materials necessary to accomplish the scheduled and unscheduled maintenance and repair of the T56 Modules and management of items subject to repair (MISTR). All work will be performed in accordance with applicable Technical Order requirements. This workload for this requirement will include T56 Modules for the United States Air Force (USAF), United States Navy (USN), and United States Coast Guard (USCG). The USAF maintenance program for the T56 Modules is based on the principles of Reliability Centered Maintenance (RCM) and On Condition Maintenance (OCM). Maintenance is based on the actual condition of the item as determined by inspection, testing, occurrence of a specific event, or expiration of operating time limits. Under these concepts, most removals are based on exceeding serviceable limits, Time Compliance Technical Order (TCTO) modifications, and exceeding component life limits. RCM concept maximizes the life cycle cost of the engine. As such, the principles employed in the overhaul/repair build standards and data management for RCM is maintained by the maintenance source. The repair requirement consists of component repairs to support field activities. THIS IS NOT A SOLICITATION OR REQUEST FOR PROPOSAL. It is a market research tool being used to determine the availability of potential business sources capable of accomplishing the T56 maintenance and repair requirements stated in the attached statement of work. The government is not obligated to and will not pay for any information received from potential sources as a result of this notice. This notice is for informational and planning purposes only and does not constitute a solicitation for bid or proposals, and is not to be construed as a commitment by the Government. The information provided herein is subject to change and in no way binds the Government to solicit for or award a competitive contract. RFI QUESTIONS The T56 Team has developed a list of questions to facilitate discussion and open lines of communication with industry. Responses to this RFI will help the Government determine the number, size, and capability of businesses interested in this requirement. Responses may also be used in the development and refinement of all requirements documents including the evaluation criteria. RFI QUESTIONS: 1. Do you require (Government Furnished Equipment) GFE? How does the provision of GFE affect your likelihood of submitting a proposal? 2. If GFE is required, what will be the impacts with the transition of the GFE to your facility (i.e. cost/price, time, etc.)? 3. Do you currently have an approved Source Approval Request (SAR) package? At what location? a. If not, have you already submitted a SAR package? At what location? b. If not, when will you submit a SAR package? At what location? c. If you already have an approved SAR, would you submit a secondary SAR package for an alternate location? Note: To be considered a viable source for purposes of this market research, SAR packages must be submitted by 20 June 2016. Information on Qualification Requirements (QR) can be found in the attached documents. 4. Do you anticipate sub-contracting a portion of the work? 5. What facility location do you plan on using for this requirement? What are the capabilities and limitations associated with this facility? 6. What length of contract is your company interested in for this requirement? a. How likely would you be to propose on a contract length of 2 years, 3 years, 4 years, and 5 years? b. How will the length of contract affect the cost/price? 7. Does the requirement to utilize Defense Logistics Agency (DLA) as a source for new material affect your likelihood of submitting a proposal? If so, please explain impact. 8. What do you see as other risks associated with this requirement? a. How do your identified high risks translate into cost/price impacts? 9. What do you see as any additional barriers to entry or potential limitation with this requirement that would prevent your company from submitting a bid? 10. How would it affect your proposal on this requirement if multiple award Indefinite Delivery/Indefinite Quantity (IDIQ) was considered to allow offerors to bid on partial/multiple CLINs by Module? (Power Section (3 Subsections), Torquemeter, Reduction Gearbox, QEC) Rather than providing written responses to the questions above, the Government would like to conduct interviews with all interested parties to ensure complete responses are considered in the development of this acquisition. In response to the RFI, please provide the following information no later than 17 May 16. The Government will then contact you to schedule an interview time for further discussion on the questions above. Interviews are expected to be held on 18-20 May 16. 1. Written summary of information concerning their technical certifications, capabilities, experience, and corporate background. 2. Applicable business size standard under NAICS Code 336412- Aircraft Engine and Engine Parts Manufacturing 3. CAGE Code and DUNS Number 4. Please include contact information (name, phone number, and email address). 5. Any other suggestions recommendations or questions. 6. Responses for RFI submittals shall be limited to 10 pages or less with a typographical font of 12 or greater. Send all responses to gayle.little@us.af.mil and carrie.williams.7@us.af.mil with the heading "T56 Sources Sought Response - (insert company name)."
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/T-56_Bridge/listing.html)
 
Place of Performance
Address: Tinker Air Force Base, Oklahoma, 73145, United States
Zip Code: 73145
 
Record
SN04104428-W 20160505/160503235435-7ccfeb8af9b13e635c090711f73ff7b1 (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.