Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 17, 2017 FBO #5654
SOURCES SOUGHT

16 -- Engineering Services for B-2 Supply chain Collaborative Forecasting and Integration Support

Notice Date
5/15/2017
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
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
FA8119-17-R-0024
 
Point of Contact
Dana N Tran, Phone: 405-739-9449
 
E-Mail Address
dana.tran@us.af.mil
(dana.tran@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Synopsis OEM Engineering Services For B-2 Supply Chain Collaborative Forecasting and Integration Support CAUTION: This market survey is being conducted to identify potential sources that may possess the specialized expertise, capabilities, and experience to meet the requirements to provide B-2 Supply Chain Collaborative Forecasting and Integration Support. This effort requires a minimum of a SECRET/SAP level of security clearance. 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: Attached is a document containing a description of the engineering services requirement and a Contractor Capability Survey, which allows you to provide your company's capability. If, after reviewing this document, 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.) Identify any areas of work that your organization believes should be broken out exclusively for Small Business. Both large and small businesses are encouraged to participate in this Market Research. Joint ventures or teaming arrangements are encouraged. Questions relative to this market survey should be addressed to this e-mail address: jam es.wells.3@us.af.mil. It is important to realize that this is a common e-mail address used by several offices within the requiring organization. Therefore, the Government requires that the subject line of any e-mail must say "SS Response - B-2 Supply Chain Collaborative Forecasting and Integration Support". OEM Engineering Services B-2 Supply Chain Collaborative Forecasting and Integration Support PURPOSE/DESCRIPTION The Government is conducting market research to identify potential sources that are capable of providing engineering/logistics services to support B-2 Supply Chain Collaborative Forecasting and Integration. The contractor shall be capable of providing engineering/logistics services to include, but not limited to: •1. Historical B-2 LRU failure data (NRTS and RTS) •2. Historical B-2 LRU condemnation rates (field, CDM and ICS contracts) •3. Historical B-2 PDM supply chain demands •4. Current (real time) and projected B-2 PDM LRU requirements •5. Historical and current LRU configuration baselines •6. Future projected LRU configuration baselines •7. B-2 OEM LRU reliability and maintainability design data to support repair and buy forecast analysis •8. Forecasted platform LRU supply chain supportability requirements Additionally, the source shall be required to possess any necessary license agreements with the Original Equipment Manufacturer (OEM), Northrop Grumman, to obtain access and rights to all required data, including military specific modifications. Contractor must have access or can obtain access, and the rights to access, Northrop Grumman internal data systems to retrieve weapon system design data. The contractor may be responsible for supply chain management, logistics, forecasting of parts, long-lead parts procurement, repairable forecasting, obsolescence issues and delivery of serviceable assets. The specific requirement consists of all B-2 end items managed by the 448 SCMW, including the following commodity type items for which Northrop Grumman is the original equipment design activity, or the original design specification activity, or the items exist under a Northrop Grumman Proprietary Limited Rights legend: 1. B-2 Structural 2. B-2 Electrical 3. B-2 Mechanical 4. B-2 Low Observable and Advanced Composites Structures 5. B-2 Software Support All of the commodity type items that encompass this announcement are considered Line Replaceable Units (LRUs) - items that can easily be removed from an aircraft, or system, by maintenance personnel at forward operating locations. CONTRACTOR CAPABILITY SURVEY OEM Engineering Services B-2 Supply Chain Collaborative Forecasting and Integration Support 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: The proposed North American Industry Classification Systems (NAICS) Code is 541330 which has a corresponding Size Standard of $38.5 million. The Government will use this information to determine the best acquisition strategy for this procurement. 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). Responses must be received no later than close of business on 15 June 2017. Please e-mail your response to james.wells.3@us.af.mil. It is important to realize that this is a common e-mail address used by several offices within the requiring organization. Therefore, the Government requires that the subject line of any e-mail must say "SS Response - B-2 Supply Chain Collaborative Forecasting and Integration Support " so that your response can be recognized and addressed. A. General Capability Questions: Describe briefly the capabilities of your company and the nature of the goods and/or services you provide. Include a description of your staff composition and management structure. Describe your company's past experience on previous projects similar in complexity to this requirement. Include contract numbers, a brief description of the work performed, period of performance, agency/organization supported, and individual point of contact (Contracting Officer or Program Manager). What quality assurance processes and test qualification practices does your company employ? Please provide a description of your quality program (ISO 9001, AS9100, etc.) Describe your company's capabilities for generating, handling, processing and storing classified material and data. Describe your company's capabilities and experience to provide historical field, PDM, CDM and ICS B-2 LRU repair and condemnation data Describe your company's capability to secure data rights licenses from other companies, preferably military aircraft OEMs. Identify the licensor, applicable dates, license terms, and this license was used for provide OEM support to the Government. What are your company's current staffing numbers for engineers and equipment specialists? B. Services Questions 1. Describe your services capabilities and experience with regard to the requirements of this effort. 2. Demonstrate your ability and experience for the same or similar services, which are currently provided in the commercial and/or military environment by providing the following information on the same or similar items: a) Contract Number b) Procuring Agency c) Contract Value d) Services Provided 3. Describe your capabilities and experience to define B2 LRU past, present and projected future LRU configuration. 4. Describe how you/your organization will projected future supply chain demands based on historical B-2 LRU confirmation baseline and design reliability and maintainability data. 5. Describe your capability to run and provide high accuracy supply chain future demand projections, based on historical OEM B-2 LRU failure data, design R&M data, future LRU mod schedules and comparison to organic supply chain forecasts. 6. Describe your access to historical B-2 LRU and piece parts sources (buy and repair) data, and ability to identify and correlate sources to current and future supply chain supportability requirements. 7. Describe your capability to identify and determine B-2 part HCI requirements and sources/source qualification for HCI parts. Contracting Office Address: 3001 Staff Drive, Ste 1AG99A Tinker AFB, Oklahoma 73145-3015 United States Primary Point of Contact: Name: Dana Tran Email: dana.tran@us.af.mil Phone: 450-739-9449
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA8119-17-R-0024/listing.html)
 
Record
SN04509193-W 20170517/170515235330-bf742ad8659cc754f8c857921a42c049 (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.