Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 02, 2023 SAM #8040
SOURCES SOUGHT

B -- B-52J Commercial Engine Replacement Program (CERP) Installation Kit Production and Interim Contractor Support

Notice Date
11/30/2023 9:13:14 AM
 
Notice Type
Sources Sought
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
FA8107 AFLCMC WWK TINKER AFB OK 73145-3303 USA
 
ZIP Code
73145-3303
 
Solicitation Number
CERP-23-0001
 
Response Due
2/28/2024 10:00:00 AM
 
Archive Date
03/14/2024
 
Point of Contact
Ashley A. Brink, Phone: (405) 734-0924
 
E-Mail Address
ashley.brink@us.af.mil
(ashley.brink@us.af.mil)
 
Description
UPDATE 27 JULY 2023: The Government has recieved the following question:�Does the USAF have a preliminary list of what all is included in the EBU? Answer: �The following are major components that may be included in the Engine Build Up (EBU):�Integrated Drive Generator,�V-Band Clamp,�Hydraulic Engine Driven Pump, Supplemental Fuel Filter,�Ring Cowl,�Exhaust Nozzle UPDATE 29 JUNE 2023: The Government has recieved the following question:�Does the Government have an estimate of when a draft copy of the SOW will become available? Answer: The Government is currently writing the SOW. Once the draft SOW has been finished and reviewed by the appropriate Government parties, it will be posted as an attachment to this Source Sought Synopsis posting. ________________________________________________________________________________________________________ SOURCES SOUGHT SYNOPSIS (SSS) #CERP-23-0001 General Introduction: 1. The Air Force Life Cycle Management Center (AFLCMC) is conducting a market assessment to identify potential sources, and companies that may possess the expertise, capabilities, and experience to respond to the requirements listed in this document. AFLCMC is issuing this SSS to explore cost effective options and identify parties having an interest in the production phase of the B-52J (Formerly CERP). This SSS is issued solely for information and planning purposes and will inform the acquisition strategy for the production phase of the B-52J. 2. The intent of this notice is not a request for competitive proposals. Responders are advised that the U.S. Government will not pay for any information or administrative cost incurred in response to this SSS.� Please be advised that all submissions become Government property and will not be returned.� All costs associated with responding to this SSS will be solely at the responding party�s expense. 3. AFLCMC is not seeking proposals at this time and will not accept unsolicited proposals.� 4. Not responding to this SSS does not preclude participation in any future RFP, if any is issued.� Small Businesses are encouraged to provide responses to this SSS in order to assist AFLCMC in determining potential levels of competition available in the industry, as well as helping to establish a basis for developing any subsequent subcontract plan goal percentages.� The acquisition strategy is still being developed.� Market research results will assist the Air Force in determining whether this requirement will be a full and open, a small business set aside, or a sole source acquisition. If it is a small business set-aside, FAR 52.219-14, Limitations on Subcontracting will apply. Therefore, small businesses that want to be considered for a small business set-aside should demonstrate how they could comply.�� 5. Note that, if there is sufficient demonstrated interest and capability among small business contractors, then it may be determined that a small business set-aside is appropriate.� A key factor in determining if an acquisition will be a small business set-aside is that two or more potential small business prime contractors must be capable of performing at least 50% of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14, Limitations on Subcontracting. If it is determined that a small business set-aside is appropriate, and your company anticipates submitting a proposal as the prime contractor for a small business set-aside, please provide specific details and rationale as to how compliance with FAR 52.219-14 would be achieved, including specific details regarding teaming arrangements, etc. �If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used.� Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. �If this effort is not set-aside for small business, small business utilization will be considered. �Large and small businesses should provide a reasonable expectation for small business utilization as a percent of total contract value as well as supporting rationale for the recommended percentage. 6. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract.� It is the responsibility of the interested parties to monitor the SAM.Gov website for additional information pertaining to this SSS. 7. Responders are solely responsible for all expenses associated with responding to this inquiry.� This announcement is not to be construed as a formal solicitation.� It does not commit the government to reply to the information received, or to later publish a solicitation, or to award a contract based on this information. Companies may be contacted if additional information is needed to fully understand the marketplace and/or comments to the requirements presented below. Purpose: The B-52J CERP production phase requirements include: Procurement and/or production of aircraft components to support installation of new engines and associated sub-systems onto the B-52 aircraft. (engines will be provided separately by the Government). Building, storing, and delivering aircraft modification kits to Tinker AFB or other designated locations, if required, on an as needed basis through the production phase for up to 76 B-52H aircraft including additional spare parts, production tooling and support equipment to support installations in a five-to-eight-year period, starting FY27.� Obtaining Associate Contractor Agreement with Boeing for engineering support. Provide Interim Contractor Support (ICS). Providing Interim Contractor Support (ICS) for the CERP components listed below to include supplier management, non-warranty repair of aircraft components, production tooling, and support equipment. Complying with Boeing Aircraft Company (BAC) Special Licensing Agreement (SLA) during performance of items 1and 2 above. The Government does not intend to treat these requirements as separate efforts. Responders must address all requirements within this Sources Sought Synopsis. Prior to the B-52J production phase, The Boeing Company will: Select aircraft modification component suppliers Develop aircraft modification installation drawings Install the modification on two B-52 test aircraft Deliver aircraft modification technical data package to the Government The anticipated aircraft modification kit contents are shown below: Engine Struts Generators (8 per a/c) Hydraulic pumps Engine nacelles and fairings Generator Control Units Hydraulic reservoirs Engine throttles Power distribution boxes Power wiring Engine start switches Air starter auxiliary unit Control wiring Engine instrument display Air starter auxiliary unit batteries Attachment hardware Engine data concentrator units Hydraulics panel in cockpit Pneumatic pre-coolers Electrical panel in cockpit Anti-ice systems Pneumatic components and ducting REQUIREMENT 1:� ACQUIRING B-52 CERP AIRCRAFT MODIFICATION KITS Describe your capability to acquire aircraft modification components and hardware from the Boeing developed Tech Data package for integrating new engines and sub-systems onto B-52H aircraft (engines will be provided separately by the Government). Describe your capability to build, store, and deliver aircraft modification kits to Tinker AFB on an as needed basis through the production phase for up to 76 B-52H aircraft including additional spare parts, production tooling and support equipment to support installations in a five to eight year period, starting FY27. In your response, include:� your approach to plan and manage kit acquisition; any facilities you plan to use; and your planned workforce. If you don�t currently have the capability to acquire these aircraft modification kits but intend to obtain the capability, describe your plan and timeline for obtaining the capability. Describe any anticipated teaming arrangements, why the teaming arrangements are needed, and how you would implement the teaming arrangements. Delineate between the work you will accomplish and the work your team partners will accomplish. Give us relevant examples of past performance (evidence of contracts with similar scope and complexity; evidence of customer service quality and timeliness of service delivery). REQUIREMENT 2:� PROVIDING B-52 CERP INTERIM CONTRACTOR SUPPORT[FA51]� Describe your capability to provide Interim Contractor Support for the CERP components listed in the table above, for a period of five to eight years, to include supplier management, non-warranty repair of aircraft components, production tooling, and support equipment, shipside engineering support and training devices at Tinker AFB via Associate Contractor Agreement with Boeing. In your response, include:� Your approach to plan and manage Interim Contractor Support; any facilities you plan to use; and your planned workforce. If you don�t currently have the capability to provide Interim Contractor Support but intend to obtain the capability, describe your plan and timeline for obtaining the capability. Describe any anticipated teaming arrangements, why the teaming arrangements are needed, and how you would implement the teaming arrangements. Delineate between the work you will accomplish and the work your team partners will accomplish. Give us relevant examples of past performance (evidence of contracts with similar scope and complexity; evidence of customer service quality and timeliness of service delivery). REQUIREMENT 3:� COMPLY WITH BOEING AIRCRAFT COMPANY (BAC) SPECIAL LICENSING AGREEMENT (SLA) Offerors will need access to OEM data.� In response to a future RFP, the Government anticipates potential offerors will need to demonstrate they have access to that data at the time of initial proposal submission.� For OEM data access inquiries, please contact Brian Carpenter at brian.carpenter@boeing.com and BoeingMilitarySpaceIP@exchange.boeing.com. Describe your capability to comply with the Boeing Special Licensing Agreement (SLA).� Does your company already have a license agreement with Boeing?�� How will your company ensure compliance with the license? The proposed North American Industry Classification Systems (NAICS) Code is 336411, which has a corresponding Size Standard of 1,500 employees.� The Government is interested in all businesses to include, Small Businesses, Small Disadvantaged Businesses 8(a) s, Service-Disabled Veteran-Owned Small Businesses, Hubzone Businesses, and Women-Owned Small Businesses.� The Government requests that interested parties respond to this notice if applicable and identify your small business status to the identified NAICS code. Responses to questions from interested parties will be promptly answered and posted on the SAM.gov website, unless some release of proprietary information is involved, or the answer addresses a question specific to a company or that company�s response.� Post submittal, one-on-one information sessions with respondents are not contemplated; however, they may be offered to responders to clarify the government�s understanding of their submittal, the capability ramifications, or to discuss their business approach.� Information feedback sessions may be offered to respondents after the SSS assessments are completed. AF Point of Contact (POC) for this SSS: Ashley A. Brink, Contracting Officer Ashley.Brink@us.af.mil 405-734-0924 Contracting Office Address: 3001 Staff Drive Tinker Air Force Base, OK 73145 Verbal questions will NOT be accepted.� All questions will be answered via posting answers to the SAM.gov website; except as provided above. Additionally, questions must NOT contain trade secrets or classified information. The Government reserves the right to not address questions received after 15 May 2023. Sources Sought Responses: Please provide your Sources Sought Synopsis responses to ashley.brink@us.af.mil by 12:00pm CST on 15 May 2023. Title e-mail responses in the subject line of the e-mail as follows: Response to B-52H CERP Production Phase Sources Sought Synopsis #CERP-23-0001. Questions regarding the Boeing Special Licensing Agreement (SLA) must be addressed to Brian Carpenter at brian.carpenter@boeing.com. Responses shall include the following information: Company/Institute name Address Point of Contact Cage Code DUNS Number Phone Number E-mail Address Web page URL All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract.� The NAICS code for this requirement, if applicable to the company�s capabilities, should be included in the company�s NAICS code listing in SAM. The North American Industry Classification System (NAICS) Code for this action is 336411, size standard 1,500� employees. Based on the NAICS Code, state whether your company qualifies as a: � � � � � � � � a.Small Business (Yes/No) � � � � � � � � b. Women Owned Small Business (Yes/No) � � � � � � � � c. Economically Disadvantaged Small Business Women Owned Small Business (Yes/No) � � � � � � � �d. 8(a) Certified (Yes/No) � � � � � � � � � � � �Date Certified:________________ � � � � � � � �e. HUB Zone Certified (Yes/No) � � � � � � � �f. Veteran Owned Small Business (Yes/No) � � � � � � � �g. Service Disabled Veteran Owned Small Business (Yes/No) � � � � � � � �h. Statement as to whether your company is domestically or foreign owned (if foreign owned, please� � � � � � � � � � � � � � � � �indicate country of ownership). Please limit your responses to no more than 35 pages, to include product sheets, test data, answers to the questions� � � above; and identify a representative to support further Government inquiries and requests for clarification of the information provided, if needed. Marketing materials are considered an insufficient response to this Sources Sought Synopsis. Respondents should indicate which portions of their responses are proprietary and mark accordingly.� All information received in response to this SSS that is properly marked as �proprietary� will be handled accordingly.� Proprietary information must be clearly marked on the outside container and on the materials inside. The Government shall not be liable for, or suffer any consequential damages, for any proprietary information not properly identified.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a1203ea8780d4c32ae7cb44a0df186df/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06899690-F 20231202/231130230052 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.