MODIFICATION
R -- V-22 Performanced Based Logistics
- Notice Date
- 12/22/2005
- Notice Type
- Modification
- NAICS
- 336411
— Aircraft Manufacturing
- Contracting Office
- Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272 47123 Buse Road Unit IPT, Patuxent River, MD, 20670
- ZIP Code
- 20670
- Solicitation Number
- Reference-Number-V22SS0001
- Response Due
- 2/27/2006
- Archive Date
- 3/14/2006
- Description
- Purpose: The United States Navy seeks to identify potential sources to perform as the single Product Support Integrator (PSI) for sustaining the Navy/Marine Corp and US Special Operations Command (USSOCOM) Vertical Take Off and Landing (VTOL) V-22 aircraft variants. Program Description: The MV-22 aircraft will replace the existing Marine Corps CH-46 and CH-53D helicopters. The CV 22 aircraft will provide the Air Force Special Operations Command (AFSOC) a tilt-rotor aircraft capable of performing long-range Special Operations Forces (SOF) missions. The CV-22 retains 88 percent airframe, 100 percent propulsion, and 23 percent avionics commonality with the MV-22. The program of record includes 360 MV-22 and 50 CV-22 aircraft and an additional 48 HV-22 Fleet Logistics Support, Aerial Refueling and Special Warfare variants. Government?s Intent: The V-22 Program Office (PMA ?275) is pursuing a systems-level performance based logistics (PBL) strategy to meet sustainment requirements for MV-22 and CV-22 users. The intent is to create a sustainment support structure that is comprehensive, responsive to Warfighter requirements and affordable. The Navy?s intent is that the first long-term sustainment PBL contract will be awarded no later than June 2008. The planned length of the initial PBL contract is five years. Scope: Under this PBL, the PSI will share authority, responsibility and risk with the Government for sustainment efficiency and effectiveness. The PSI must establish a formal network that supports long-term relationships and agreements with activities that supply or manage many elements of the V-22 system. This includes: NAVAIR Logistics and Engineering elements and Fleet Support Team, the V-22 original equipment manufacturer (OEM), OEM suppliers and vendors, the Naval Inventory Control Point (NAVICP), and other government inventory control activities including the Defense Logistics Agency (DLA). The V-22 is a ?core? weapon system under Title 10 USC 2469 provisions. Public-private partnering is a critical part of the V-22 PBL strategy. The PSI will team, as appropriate, with Naval Aviation Depots, NAVAIR and AFSOC engineering and logistics support facilities, and other activities, which manage components of the MV-22 and CV-22. The contract will incentivize the pursuit of long-term V-22 fleet Operations and Support (O&S) cost reduction initiatives. A key requirement for the PSI will be the ability to work with PMA-275 and supporting Government activities to provide continuous logistics support within the framework of an active modification program, with the systems engineering and configuration management capability that this entails. The Government has procured technical data for this weapon system, to include technical drawings for V-22-peculiar components. This PBL effort includes: aircraft-common supply support for all aircraft models, flight simulators and maintenance training devices, upgrade capability for maintenance trainers, technical data packages (MIL-T-3100) and data base access for training system updates, courseware and curriculum changes. This PBL effort excludes: engines, common support equipment that will be managed and supported separately and components supported by existing PBLs, where inclusion in this contract is not supported by a business case analysis. The PSI will be required to provide software support capabiltities, although the Government will retain overall software support management authority. Roles and Responsibilities: PMA-275 is the weapon system manager for the operational life of the V-22 fleet and will retain overall authority and accountability for sustainment including operational safety, suitability and effectiveness, configuration control and affordability. NAVICP will be an integral part of this approach to PBL, and will play critical roles in contract development and execution of supply chain requirements. NAVAIR, NAVICP and the PSI will operate within a long-term, performance-based contract structure using performance metrics and strong incentives aligned to meet Warfighter needs. Performance-based agreements (PBAs) between PMA-275 and both Warfighters documenting user support needs and Fleet performance metrics are provided as Attachments A and B. Detailed PSI responsibilities are contained in Attachment C. Respondents are expected to describe capabilities and demonstrated experience, which would support successful execution of these responsibilities. Integrated Data Systems: Implementation of this PBL concept will require near-real-time technical, logistics and programmatic data management capability using an integrated information technology network. The PSI must have the capability to interface with both Navy and Air Force logistics information systems and databases. Also, the PSI?s financial systems must be capable of managing cost performance matrices involving multiple appropriations and Service-unique requirements. Additionally, these systems must be able to link and report expenditures to various funding sources. Aircraft Basing Concept: Basing assignment of the 50 CV-22 and 360 MV-22 aircraft is planned as follows: CV-22 aircraft are currently projected for four bases - two CONUS, Kirtland AFB and Hurlburt Field, and two OCONUS bases in EUCOM and PACOM. MV-22 aircraft will be based at three CONUS bases - MCAS New River, MCAS Miramar and MCAS Pendleton, two OCONUS bases and sea bases as required. Basing assignment is subject to change. Both Services will require the PSI to be capable of providing worldwide support to CONUS and OCONUS fixed-base and deployed locations including supporting shipboard operations. Foreign Military Sales: The PBL contract will be constructed to facilitate the future incorporation of Foreign Military Sales customer support requirements, to include supply chain management, technical data and sustaining engineering. The PSI must be capable of supporting FMS, as well as domestic, customer requirements AIRSpeed : The PSI should be capable of participating as a partner with NAVAIR and naval aviation maintenance activities in productivity improvement initiatives exemplified by the AIRSpeed program. Contract Type: An Indefinite Delivery/Indefinite Quantity task order type contract is anticipated for both the initial and follow-on contracts. It is anticipated that, throughout the term of the initial PBL contract, various CLINs within the contract will carry differing contract types suited to the scope, predictability, variability, and risk associated with the work to be performed under that CLIN. Contract incentives will be targeted to motivate specific contractor performance, which supports short- and long-term Warfighter objectives described in the PBAs. Industry is reminded that the Navy discourages exclusive teaming arrangements that inhibit competition (NAVAIR 5252.215-9505). Additionally, the PBL contract will require and incentivize the PSI to actively look for opportunities to engage small, small disadvantaged, women owned, veteran owned, and HUB zoned businesses, along with Historically Black Colleges and Universities in performing work under the PBL contract. Responses: NAVAIR requests that companies respond by submitting a plan for a PBL approach for the program in whole and/or in individual areas of interest, to include examples of previous logistic support efforts, along with any other related information. Submissions are limited to 50 double-spaced printed pages including attachments and one printed and one electronic copy must be submitted to NAVAIR. Emailed submissions will not be accepted by NAVAIR. Copies of the PBAs and Product Support Integrator Responsibilities will be posted to the NAVAIR web site http://www.navair.navy.mil/doing_business/open_solicitations/. The Government will not reimburse any preparation costs. Submissions will not be returned. Interested parties responding in writing may be given an opportunity, after review of their written response, to provide a presentation on their PBL plan. The presentation will be limited to an hour and 15 minutes, 45 minutes for presentation and 30 minutes for questions. Presentations will be schedule after submission review. Written and/or electronic media responses to this announcement must be submitted to: Stephen Lucianetti Bldg 2272 Room 155 47123 Buse Rd Patuxent River, MD 20670
- Record
- SN00957198-W 20051224/051222212617 (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 |