Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 02, 2017 FBO #5731
MODIFICATION

J -- J85 Intermediate Level Maintenance Program - Draft Qualification Requirements

Notice Date
7/31/2017
 
Notice Type
Modification/Amendment
 
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
J85_ERRC
 
Point of Contact
Carrie Williams, Phone: 4057398572, Kristi Hanna, Phone: 405-734-6528
 
E-Mail Address
carrie.williams.7@us.af.mil, kristi.hanna@us.af.mil
(carrie.williams.7@us.af.mil, kristi.hanna@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Draft Qualification Requirements for J85 Whole Engine Intermediate-Level Plus Repair J85 Engine Repair Center Request for Information (RFI) - 31 July 2017: Tinker Air Force Base is requesting additional information from industry for the J85 Intermediate Level Maintenance acquisition strategy. The Government is seeking more information in regards to the feasibility of the reliability improvements for the J85 Intermediate Level Maintenance Requirement. Specific questions are listed below. Please review these questions to provide written responses to Ms. Carrie Williams at carrie.williams.7@us.af.mil and Ms. Kristi Hanna at kristi.hanna@us.af.mil by 12:00pm CST on Monday, August 7, 2017. As more information is made available it will be posted as an update to this announcement. This announcement is not a contract, not a Request For Proposal, not a promise to contract, nor a commitment of any kind on the part of the Government. Reliability Improvements/Other Factors In the previous RFI (posted 11 July 2017) questions regarding performance incentives related to improving reliability were asked. The Air Force is seeking additional feedback to support the inclusion of performance incentives related to improving reliability, and improving the Mean Time Between Removal (MTBR) metric. Major changes in focus since the last RFI include: •· Inclusion of the MTBR metric in the service summary •· Removal of the cost-savings initiative from the criteria for earning the incentive options •· Inclusion of an additional incentive option-year •· Provision of background information regarding ongoing reliability improvement efforts •· Changed cash incentive ratio from 50/50 to 70/30 (Contractor/Gov't) Incentive Options- For the incentive options, the Government is considering a five-year base period with 3 one-year options. The evaluation for these incentive option periods will start at the end of the 3 rd year of performance of the base period. To earn the incentive option years it is anticipated that the following performance must be met to earn the inventive option period: •· Contractor must meet or exceed all PWS metrics. Preliminary metrics include: o Turn-Around-Time (TAT) o Meeting Contract Data Requirement List (CDRL) requirements o Annual increase in MTBR by 3% (see additional information on MTBR below) o Low time removals (less than 20 hours) due to workmanship o Verified customer complaints. •· Contractor must receive a positive Contractor Performance Assessment Rating (CPAR) (Satisfactory or Higher). Performance Incentive- For the performance incentive, this will allow for the contractor to potentially earn a cash incentive evaluated at the end of the 3 rd year of performance and annually thereafter. This performance incentive is primarily concerned with improving the overall J85 engine reliability. Additional information related to this performance metric is included below. A minimum percentage increase (annually) in MTBR will be part of the required performance metrics. This performance incentive will be evaluated based on an additional 2% increase above the required 3% for a total of 5% annually. •· The cash incentive will be calculated based on: o The average CLIN price for Jet Engine Intermediate Maintenance (JEIM) based off of previously provided formula o A 70/30 split of price savings Background: While the Government recognizes the contractor will have no control over the supply chain assets, we have identified numerous initiatives that will reflect positively on the J85 engine reliability and potential opportunities for further improvement, as identified below. In recent years, Air Education and Training Command (AETC) J85 program has experienced 155 removals per year < 2 Engine Flying Hours (EFH) (~50 total engine removals at Columbus/Laughlin ERRC). In pursuit of reliability improvements for the J85 Engine fleet, the USAF has invested in the development of a Reliability Centered Maintenance (RCM) tool, which will be available for use in 2018. Future I-Level+ Mx contractors may also opt to utilize vendor implemented RCM tools. The J85 Engine Program Office has initiated actions to improve reliability on several components which have contributed to engine removals. The MTBR baseline will be established based on 4 quarter rolling average as of 30 Sep 18, with only removals excluded being Foreign Object Damage (FOD). Current MRBR is 200 hours (based off of actuarial data). The calculation for each year will be based on the total number of AETC EFHs for the subject year and the total number of removals (less FODs). The USAF Calculates MTBR IAW AFMAN 21-116 Pg. 65, Section 8.4. "8.4.1.2.2. MTBR is defined as: MTBR = EFH fleet ÷ #removals, where engine flying hours for the fleet (EFH fleet) and number of engine/engine component removals were captured over some period of time, typically each quarter year. " The Program Office has identified that there are 5 Line Replaceable Units (LRU) reliability improvement initiatives which are: 1. J85-5 Variable Power Unit (VPU) - Government purchase of new retrofit kits to convert P110 version to P112, 50% of upgrades completed 2. J85-5 AB Igniter Plug, completion % unknown due to item not tracked 3. J85-5 Main Fuel Pump (MFP) 84% of upgrades completed 4. J85-5 / J85-21 Afterburner Fuel Control (ABFC) 0% completed, estimated start date Oct 2017 5. J85-5 / J85-21 Main Fuel Control (MFC) 0% completed, estimated start date Nov 2017 The following provides the identified reasons for all removals over the last 4 quarters. Note: Other than scheduled inspections, a majority of the next set of removals may be tied to the Controls and Accessories (C&As). Qualification Requirements/Source Approval Request Package A draft of the required qualification requirements (QR) for offerors to submit a Source Approval Request (SAR) package to become a qualified source of repair are included as an attachment to this RFI. A formal posting of the QRs has not been posted separately on Federal Business Opportunities (FBO). A link to the formal posting of the QRs will be provided as soon as it is available. In addition, a previous RFI identified how to gain access to the Technical Orders (TO) that are associated with this requirement. Due to access issues, TOs associated with the J85 I-Level+ maintenance requirement will be issued as a document package in FBO. A completed DD Form 2345 must be submitted to the Contracting Officer. The document package will only be authorized in FBO to the contractor representative identified in block 6 on the DD Form 2345. RFI Questions Please provide a written response to Ms. Carrie Williams at carrie.williams.7@us.af.mil and Ms. Kristi Hanna at kristi.hanna@us.af.mil by 12:00pm CST on Monday, August 7, 2017. 1. Are the MTBR metrics of 3% per year for the incentive option and 5% per year for the performance incentives achievable? If not, what would be an achievable increase per year? 2. What are the risks of the Government requiring a percentage increase in MTBR as part of earning an incentive option year? Please explain. 3. What does your company project as a reachable MTBR goal for the J85 Engine? Please explain. 4. Are there other performance metrics that should be considered instead of MTBR that could potentially be achievable that the Government should consider? If so, please explain. 5. If the metrics and/or incentives are implemented as described in this RFI, will your company propose on this effort? Why or why not? Government Contracting Office Address: AFLCMC/LPK, Building 3001, 3001 Staff Drive, STE 2AA-103C Tinker AFB, Oklahoma 73145-3001 United States Primary Point of Contact: Carrie Williams, carrie.williams.7@us.af.mil Phone 405-739-8572.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/J85_ERRC/listing.html)
 
Place of Performance
Address: Tinker, Oklahoma, 73145, United States
Zip Code: 73145
 
Record
SN04604744-W 20170802/170731231658-c48015784019a4a287f59e6fae267365 (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.