Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 14, 2019 FBO #6502
MODIFICATION

28 -- B-52 Re-Engine Engine Vendor

Notice Date
9/12/2019
 
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
B-52_Re-Engine_Engine_Vendor_Sources_Sought
 
Archive Date
10/6/2018
 
Point of Contact
Shelly D. Looke, , Patricia A. Lay,
 
E-Mail Address
shelly.looke.1@us.af.mil, patricia.lay.1@us.af.mil
(shelly.looke.1@us.af.mil, patricia.lay.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The purpose of this amendment is to update the Pre-solicitation Conference Instructions and Additional Information as follows: Pre-solicitation Conference Instructions Section D - attendees per vendor is increased from seven (7) to fourteen (14). Subcontractor attendance will count against the fourteen (14) attendee limitation. Pre-solicitation Conference Additional Information Section E - registration contact updated to Celia Crowder, celia.crowder.2@us.af.mil. B-52H AIRCRAFT RE-ENGINE ENGINE VENDOR THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. While industry sources are requested to provide full and comprehensive responses to this questionnaire, they are reminded that all information is voluntary, and the Government will not reimburse sources in any way for responses provided. Likewise, a company's participation in the market research via this questionnaire does not obligate the Government to enter into any contractual agreement, either formally or informally, with a company. This Sources Sought Synopsis (SSS) market survey is being issued in accordance with (IAW) Federal Acquisition Regulation (FAR) subpart 15.201(e) and conducted to identify potential sources that may possess the expertise, capabilities, and experience to provide engines to the U.S. Air Force (USAF) B-52H aircraft Re-Engining effort. Below is a description of the B-52H Aircraft Re-Engining requirement and a Vendor Survey, which allows you to provide your company's capability for meeting this USAF requirement. 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. I. B-52H AIRCRAFT RE-ENGINING DESCRIPTION The USAF is contemplating a Re-Engining requirement for the fleet of (76) B-52H aircraft, consisting of an eight-engine configuration utilizing new commercial regional/business size jet engines. Respondents should provide a general background on their experience providing this class of engines to customers, and any experience tailoring the engines to individual customer needs. Additional description information can be found in the previously provided draft System Requirements Document (SRD, rev 3.2.2, dated 20 Mar 2018). To obtain a copy, submit a request to shelly.looke.1@us.af.mil along with a copy of your company's DD Form 2345 (Militarily Critical Technical Data Agreement). If a DD 2345 has been submitted previously, it does not need to be resubmitted. The North American Industry Classification System (NAICS) Code is # 336412 - "Aircraft Engine and Engine Parts Manufacturing" (Size standard 1,500 employees). II. VENDOR SURVEY Please provide as much detail in your responses as possible. A. GENERAL COMPANY INFORMATION 1. Company Name and CAGE Code: 2. Address (Including Telephone No. and E-Mail Address): 3. Points of Contact: 4. Based on NAICS code# 336412, 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 Small Business (Yes / No) Service Disabled Veteran Owned Small Business (Yes / No) 5. Is your company domestically or foreign owned (if foreign, please indicate the country of ownership)? B. BUSINESS CAPABILITIES 1. Describe your company's primary business product line. 2. What kind of facility security clearance does your company maintain? 3. Can your company possess Arms Export Control Act (Title 22, U.S.C., Sec 2751, et seq.) controlled information? 4. Describe the processes you have in place that address cyber security (information assurance). 5. Please identify any industry certifications that your company presently holds in the areas of quality assurance and/or configuration management. 6. Please provide examples of past performance (Evidence of contracts with similar scope, Evidence of contracts with similar size and complexity, Evidence of contracts with similar geographic coverage, Evidence of customer service and timeliness of services, References and Quality). C. BUSINESS PRACTICES 1. Do you have any additional issues/risks associated with the latest SRD not previously identified? 2. Please provide a description of your sustainment support to other US military customers/programs, both organically AF maintained and Contractor Logistic Support (CLS) managed. 3. Do you provide any post-delivery technical and/or logistics support, such as access to engineering drawings, source code, circuit descriptions, etc. in support of repairs/modifications, as well as on-site field/depot technical support? If so, please describe the scope and duration. 4. Does the candidate engine's scheduled maintenance plan and technical manuals (troubleshooting guides, field repair/depot overhaul manuals, etc.) take into account a military utility and environment? If not, what would be your recommended approach to develop and/or revise the current data to support AF operations and flight line/depot AF maintenance? 5. How would you provide service bulletins and updates to your tech manuals for a military customer? 6. With B-52 utilization of a 2-level maintenance concept that has reduced/eliminated much of the intermediate level maintenance capability, it is important that the candidate engine be designed with maintenance in mind. What are some design aspects of your engine that facilitate greater on-wing maintenance capability? What are some typical maintenance tasks (scheduled and unscheduled) able to be performed without engine removal? (If any of these capabilities are predicated on the corresponding nacelle design, please indicate that). 7. What are some of the engine's current scheduled maintenance intervals/tasks that would require removal of the engine from the aircraft? 8. Can you provide a recommended list of tooling/support equipment to support flight line and depot maintenance? 9. Will the engine and any associated accessories/LRUs require periodic maintenance in supply/storage to maintain serviceability? If so, please provide examples. 10. Regarding Airworthiness certification, an AF Military Type Certification (MTC) for the engine will utilize the FAA certification, plus any military-unique requirements. The AF will require access to elements of the FAA certification data in order to obtain and maintain the AF MTC. What is the recommended approach to gain access to the data required to support an MTC certification? 11. What is the standard warranty for your candidate engine for commercial customers? Could you provide a sample warranty for review? 12. What are the typical requirements to maintain warranty coverage? Do you foresee any particular complications or difficulties for AF to maintain the warranty when used in a military application? 13. Do you foresee the opportunity to utilize existing commercial MRO spare parts pools given the military application/usage? 14. Do you foresee any potential risks meeting an estimated production rate of 650 engines over an 8 year period? Can you provide an approximate lead time from contract award date for initial production of the first 20 engines? 15. Do you have a typical billing approach you use with commercial customers who are buying your engines? For example, is full payment expected upon engine delivery, or do you utilize commercial financing (such as a partial/incremental payment approach)? 16. What CAD software will likely be used for engine/component design? Regarding delivery of digital engineering data, what file types (i.e. native CAD file with accompanying libraries, STEP, etc.) do you typically deliver for 3D models? Same question for 2D prints (PDF, DXF, TIFF, etc.)? 17. USAF requires all Technical Order (TO) source data and other technical data in SGML format, in accordance with MIL-STD-38784 chg1 and TO's 00-5-1, 00-5-3 and 00-5-15. Does this present any issues? 18. Can you provide answers to the applicable questions above from your proposed FADEC manufacturer(s)? (This can be answered/sent separately on a different timeline.) 19. The Government anticipates these engines will be purchased as a FAR Part 12 commercial acquisition, limiting contract types to either Firm Fixed Price (FFP), or Fixed Price Economic Price Adjustment (FPEPA). Please provide your perspective with regard to marketplace factors that may support one contract type over the other? III. CONTRACT TYPE AND COMPETITION The USAF will review this initial Sources Sought and related market research results to determine the feasibility of future competition and appropriate contract vehicle. A determination by the Government not to compete this proposed requirement based upon responses to this notice is solely within the discretion of the Government. ATTACHMENTS N/A CONTRACTING OFFICE POC Name: Carrie Brown Title: Contract Specialist Office: AFLCMC/WWK (B-1 & B-52) Email: carrie.brown.8@us.af.mil Name: Shelly Looke Title: Contracting Officer Office: AFLCMC/WWK (B-1 & B-52) Email: shelly.looke.1@us.af.mil The Government Point of Contact (POC) will post any additional vendor questions to FedBizOpps so that all potential sources have the same information available to them. This is NOT a formal notice of solicitation. Telephone or facsimile inquiries and/or related requests will not be accepted. All documentation received within 30 calendar days from posting date of this SSS will be considered by the Government. "Notice to Offeror(s)/Supplier(s): Funds are not available for this effort. No award will be made under this Sources Sought. The Government reserves the right to cancel this Sources Sought, either before or after the closing date. In the event the Government cancels this Sources Sought, before or after the closing date the Government has no obligation to reimburse an offeror for any costs." Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2018-09-28 13:49:54">Sep 28, 2018 1:49 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2019-09-12 08:46:56">Sep 12, 2019 8:46 am Track Changes SPECIAL NOTICE: The U.S. Air Force Life Cycle Management Center, B-1 & B-52 Bomber Division, intends to issue a Request for Prototype Proposals (RPP) for the B-52 Commercial Engine Replacement Program (CERP) under the U.S.A.F. Propulsion Consortium Initiative (PCI) Other Transaction Agreement (OTA). The purpose of the B-52 CERP is to replace B-52 engines with new commercial engines, to sustain fleet viability through 2050+. The B-52 CERP intends to conduct a two-step source selection to choose an engine. In step one, the Government will identify qualified engine vendors and require them to work with the aircraft integration contractor (Boeing) to develop their engine integration approach. In step two, engine vendors participating in step one will submit proposals for the engines evaluated in step one. These proposals will be evaluated in a Government-led, best-value source selection, resulting in an engine production contract award. Only engines that have completed the step one projects will be eligible for the step two competition. The projects awarded under the U.S.A.F. PCI OTA constitute step one of the two-step source selection. Projects will be awarded to consortium teams whose engines meet the Government's selection entry criteria. As a result, only U.S.A.F. PCI members will be considered. Potential engine vendors must become U.S.A.F. PCI members to ensure they will receive communications from the consortium and ensure participation in step one. NOTE: This Special Notice is for informational purposes only. Prototype projects will not be awarded in response to this announcement. The purpose of this announcement is to provide members of the U.S.A.F. PCI, and industry in general, advanced notification of the Government's intent to release an RPP to the PCI membership. For information on the U.S.A.F PCI and/or how to become a member, please direct questions to: John Nunziato, Vice President SOSSEC, Inc. 8 Commerce Drive, Suite 827 Atkinson, NH 03811 Phone: (603) 458-5529 <img style="overflow: hidden; cursor: hand; height: 16px; width: 16px; vertical-align: middle; white-space: nowrap; right: 0px; position: static !important; float: none; left: 0px; margin: 0px; display: inline; top: 0px; bottom: 0px;" title="Call: (603) 458-5529" src="data:image/png;base64,iVBORw0KGgoAAAANSUhEUgAAABAAAAAQCAYAAAAf8/9hAAABcklEQVR4XpXTPUvDUBTH4aR2c2hBQXGpTiIORhBcBOvgYKf0Awi+4Ggr1MVPIIrYdnEpShddHIyLi6AVXVxsRRDRwbi4KNgu4lCIv8i/i6QRDzycy+09555LqOl5nhEUptPoJe1iDHU8oYlrlDw79m4QEbSLPexzsIc8hDRm8YBjLpj4q8EgxQdab+MNd4ghhQ2adIc1+ORAFEnWWfTDRp7GDfImlsIavKALLuqoqMGUCs4wHtagiQ5uc8kDyCOBKlP1k78QNTOZnMXCQRxWsbjl6iuskV41SQG2Gj9rikvcR1WcgKFDBa1LOEUK56hqv8BUFV3SGWkVS9JQ6Dsv4wQ1DKMPORUvkm78BhdQMI1CTa5I0yrcwSFqFD+SZ7DQesIkCG5S/JpkHYERQRmuNsrZ7Grc+Ef8/Bcoslkfae8Wc7CUHZ++TuAEBj86pHntjaDKXllPy6PW/gkKFaThwp/K87N8hDcQTTKKFTioSxqB8Q2BNX5JtAljwgAAAABJRU5ErkJggg==" alt="" /> Mobile: (603) 475-3617 <img style="overflow: hidden; cursor: hand; height: 16px; width: 16px; vertical-align: middle; white-space: nowrap; right: 0px; position: static !important; float: none; left: 0px; margin: 0px; display: inline; top: 0px; bottom: 0px;" title="Call: (603) 475-3617" src="data:image/png;base64,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" alt="" /> Email: jnunziato@sossecinc.com Additionally, an update to the draft Systems Requirements Document (SRD) is available on request from the contracting officer. In particular, please note the update to SRD paragraph 3.3.4 regarding the requirement for new, in production engines supportable to 2050+. To obtain a copy, submit the request and a copy of DD Form 2345 (Militarily Critical Technical Data Agreement) to the contracting officer via email. If a DD 2345 has been submitted previously, you do not need to resubmit it.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/B-52_Re-Engine_Engine_Vendor_Sources_Sought/listing.html)
 
Place of Performance
Address: Tinker AFB, Oklahoma, 73145, United States
Zip Code: 73145
 
Record
SN05443148-W 20190914/190912231446-e27990924aeaef144b499b1b9b4d93dc (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.