SOLICITATION NOTICE
R -- Consulting Services) AGILE LOGISTICS AND AIR FORCE REPAIR ENHANCEMENT PROGRAM
- Notice Date
- 6/17/2004
- Notice Type
- Solicitation Notice
- Contracting Office
- National Guard Bureau, Environmental/Air Acquisition Division, ATTN: NGB-RCS-BO, 1411 Jefferson Davis Highway, Arlington, VA 22202-3231
- ZIP Code
- 22202-3231
- Solicitation Number
- W9133N-04-AGILELOG
- Response Due
- 6/28/2004
- Archive Date
- 8/27/2004
- Point of Contact
- christine epps, 703-607-1279
- E-Mail Address
-
Email your questions to National Guard Bureau, Environmental/Air Acquisition Division
(christine.epps@ngb.ang.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is a combined synopsis/solicitation for non-personal services prepared in accordance with the format in subpart 12.6 as supplemented with additional information included in this notic e. This announcement constitutes the only solicitation; proposals are being requested from GSA HOLDERS. No formal solicitation will be issued but a statement of Objective follows below. This is a ONE (1) YEAR, THREE (3) OPTION YEARS firm fixed price acq uisition. The objective is to provide the National Guard Bureau (NGB) AGILE LOGISTICS AND AIR FORCE REPAIR ENHANCEMENT PROGRAM CONTRACT SUPPORT TO THE AIR NATIONAL GUARD (ANG) 1.0 BACKGROUND The ANG has over 80 operational units across the United States responsible for maintaining more than 1,000 military aircraft in a combat ready condition. Historically, the ANG has utilized three distinct levels of maintenance to keep aircraft in peak oper ational condition. Field level, or on-aircraft, maintenance is designed as the first level of maintenance. In field-level maintenance, repairs are made on the aircraft as it sits on the flight line. Inoperable systems are removed from the aircraft and r eplaced with new or repaired parts, to return the aircraft to service as quickly as possible. Intermediate-level maintenance utilizes base-level shops with more sophisticated machinery and support equipment operated by specialized personnel to repair comp onents that cannot be repaired on the aircraft. The black boxes that house electrical components are disassembled and circuit cards are removed and replaced to return the systems to operational status. These first two levels of maintenance are performed at the base level and offer the greatest potential for quickly returning an aircraft to operational status. Depot-level maintenance is performed at a central consolidated repair facility, usually far removed from the operational unit. Here extensive peri odic maintenance is performed that cannot be done at base-level because of insufficient manning or expertise. Due to the extended shipping distances and heavy workloads performed at the depots, depot repairs are lengthy and costly compared to those perfor med at base-level. To improve efficiency, reduce costs and improve aircraft operational readiness rates, the ANG has initiated efforts to eliminate depot level maintenance on as many aircraft components as possible and perform all maintenance functions for those components a t base-level. This will reduce maintenance activities for those components from three levels of maintenance (3LM) to two levels of maintenance (2LM), and it has the potential to generate significant savings in maintenance costs for ANG units. To assure t hat these savings are realized, extensive planning must be done on which components will be selected for conversion. This will include planning and coordination for facilities, equipment and personnel necessary to make the repairs. Data will be gathered, analyzed and maintained to document improvements in the maintenance processes and to make further changes, as necessary. 2.0 OBJECTIVES The objectives of this project are as follows: The overall objective of this task is to provide the ANGRC with on-site technical expertise to assist ANG managers in planning and executing the transition of Level of Maintenance codes for avionics parts and collecting and analyzing data for repair initia tives in support of the Air Force Repair Enhancement Program (AFREP). Establish a focal point within the ANG to work and resolve organizational, functional and technical issues pertaining to the 2LM and AFREP programs. Prioritize which aircraft components are best suited for transition to 2LM or 3LM based on greatest potential for cost savings. Evaluate the potential impact on aircraft readiness, facilities, equipment and personnel caused by the transition of selected components to 2LM or 3LM. Recommend modifications to existing automated data collection systems to mitigate the adverse impact of these changes on operational units. Develop standards of performance that depict the current 2LM performance of respective weapon systems, and, if required, support equipment items and components, as well. Develop appropriate metrics to collect, track and analyze Air Force 2LM/Repair Enhancement data. Use this data to document and maintain current criteria for analyzing candidate items being considered for conversion. 3.0 TASK This SOO describes the ANG objectives to analyze, plan and execute the steps required to move ANG maintenance units from three levels of maintenance (3LM) to two levels of maintenance (2LM) at some units, while at other units we will encourage the transiti on from 2LM to 3LM. Specifically the scope of this effort includes: The contractor shall analyze the potential and existing impacts resulting from the change in maintenance procedures and philosophy. The contractor shall recommend policies and procedures concerning Automated Data Collection Systems that can be implemented to minimize the impact of the changes. The contractor shall develop automated measurements and standards that reflect the current 2LM performance of respective weapon systems. The contractor shall develop appropriate metrics to collect, track and analyze 2LM data, as well as Repair Enhancement Data. The contractor shall document and cataloging of data for items considered for conversion from 3LM to 2LM or from 2LM to 3LM. f.)The contractor shall recommend policies and procedures concerning the automated data collection of Repair Enhancement Program metrics. The contractor shall review Source and Recoverability (SMR) code requests for consumable items to be repaired under the AFREP. The contractor shall develop AFREP and 2LM/3LM program policies and procedures. The contractor shall develop agreements between Air Logistics Centers and ANG units for the establishment of ALC Operating Locations. The contractor shall assist in the collection of metrics or development of Centralized Regional Repair Facilities (CIRFs) The contractor shall prepare and submit a Technical Approach to execute the SOO as part of the proposal. The contractor shall prepare and submit a Performance Metrics and Measurement Plan (PMMP) in accordance with standard commercial practices as part of the proposal. The PMMP shall include how the contractor plans to measure success/failure and performance. Please see Attachment 1 for guidance on measuring success and failure. The contractor shall establish a Quality Control Plan (QCP) to ensure all the requirements of this SOO are performed as specified. The QCP shall include a schedule of performance objectives, deliverables and describe the process for the quality control (i nspection). The contractor shall provide the QCP for review and acceptance not later than fifteen calendar days after the award. The contractor shall provide a copy of the quality control plan the ANG within 24 hours upon request for inspection. 4.0 PERIOD OF PERFORMANCE Period of performance for this task order shall be from date of contract award through July 2, 2005 with options to extend for three additional years. The option year periods of performance are as follows: Option Year I July 2005 through July 2, 2006 Option Year II July 3, 2006 through July 2, 2007 Option Year III July 3, 2007 through July 2, 2008 5.0 PLACE OF PERFORMANCE Work performed under this SOO shall primarily be on-site at the Air National Guard Readiness Center, Andrews AFB, MD with some travel. Travel shall be 5 trips for 5 days each to the probable locations to provide technical expertise to the various 2LM conferences. Probable locations for the conferences shall be WPAFB located in Dayton, OH, Kelly Aerospace Center located in San Antonio, TX and 6.0 CONSTRAINTS Hours of Work: During the term of this task, the ANG shall provide a work area at assigned work sites. The contractor shall be subject to all military rules and regulations while working on a military installation. Normal work hours are 8:0 am t o 5:00 pm Monday through Friday. Travel: Travel shall be 4 trips for 5 days each to the probable locations to provide technical expertise to the various 2LM conferences. Probable locations for the conferences shall be Travel shall be 5 trips for 5 days each to the probable locations to provide technical expertise to the various 2LM conferences. Probable locations for the conferences shall be WPAFB located in Dayton, OH, Kelly Aerospace Center located in San Antonio, TX and Los Angeles, CA. Documentation: The government shall provide the contractor access to all required Government furnished documents, specifications and other applicable data upon notification. Regulations: The contractor shall comply with all Federal, state, local and base regulations. In addition, the contractor shall comply with the ANG Investigation Protocol (dated June 1998), any applicable executive orders, and also adhere to the base hea lth and safety requirements. Unauthorized Disclosure: All data retrieved, and all reports concerning the data shall be property of the United States Government. The contractor shall not publish or disclose such data or reports in any manner and understands that any and all data retr ieved and reports concerning the data may only be released with the consent of HQ ANG. Security Requirements: All civilian personnel shall be US citizens. The contractor shall provide a list of names and Social Security numbers, to base Security Forces for clearance. All contractor personnel shall be required to have a SECRET clearance. 7.0 DELIVERABLES Deliverables for this project shall be as defined in the contractor??????s QCP as well as Monthly Status reports, and a final technical report. Deliverable Due Date Approving Agency Technical Approach July 2004 NGB-J8C/LG PMMP July 2004 NGB-J8C/LG QCP NLT 15 Calendar Days after contract award NGB-J8C/LG Status Reports 15th of each month NGB-J8C/LG Final Technical Report End of performance period LG EVALUATION PROCESS FOR AWARD: Award will be made to the technically acceptable, lowest priced quotation from a responsible Quoter as defined in FAR Part 9, who also has satisfactory record of past performance. Evaluation Factors are as follows: Technica l Approach. Request you prepare a Technical Approach that includes information that demonstrates your technical capability and proven past performance to successfully complete the requirement as outlined in SOW. (Max pages 10) Past Performance: submit th ree (3) references of similar work performed in the past three years. References should include contract numbers, performance periods, and point of contact with phone numbers. Past Performance elements to be reviewed include quality, delivery, cost contr ol, and customer service. Execution Plan: Illustrate or discuss the project execution, (Max pages 10).(to include) illustrating the technical approach to project execution, proposed team composition, team member qualifications, draft quality control pl an (QCP), performance metrics and measurement plan (PMMP), subject matter knowledge and experience. (Fifteen-page maximum)(Resumes should not exceed one page in length. The draft quality control plan, the PMMP, and resumes will not count towards the total number of pages.) Price: submit a firm fixed price quote for the effort outlined in the Statement of Work. The solicitation document and incorporated provisions and clauses are those in effect throu gh Federal Acquisition Circular 01-21. QUOTER SHALL INCLUDE A COMPLETED COPY OF THE PROVISIONS AT FAR 52.212-3, Offeror Representations and Certifications-Commercial Items along with the firm??????s DUNS number. The provisions at FAR 52.212-1, Instructi ons to Offerors-Commercial, apply to this acquisition. FAR 52.212-4, Contract terms and Conditions-Commercial Items, applies to this acquisition. Within FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commer cial Items, the following clauses are applicable: FAR 52.222-3, Convict Labor, FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies, FAR 52.222-26, Equal Opportunity (E.O. 11246); FAR 52.222-21, Prohibition of Segregated Facilities FAR 52. 222-35, Affirmative Actions for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Handicapped Workers; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, FAR 52.225-7, Waiver of Bu y American Act for Civil Aircraft and Related Articles; FAR 52.225-5, Trade Agreements Act, FAR 52.232-33, Payment by Electronic Funds Transfer; 52.204-6 Data Universal Numbering System (DUNS) Number, 52.204-7, Central Contractor Registration; FAR 52.225-1 3, Restrictions on Certain Foreign Purchases; and FAR 52.252-2, Clauses Incorporated by Reference (available at http://www.arnet.gov/far). All responses to this solicitation must be received by 4:00 PM EST on 28 June 04. All quotations and/or questions m ust be submitted in writing to Christine.epps@ngb.ang.af.mil .
- Place of Performance
- Address: National Guard Bureau, Environmental/Air Acquisition Division ATTN: NGB-J8C, 1411 Jefferson Davis Highway Arlington VA
- Zip Code: 22202-3231
- Country: US
- Zip Code: 22202-3231
- Record
- SN00605463-W 20040619/040617212217 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |