Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 14, 2011 FBO #3458
SOURCES SOUGHT

J -- Sources Sought - The following request by the Non-Standard Rotary Wing Project Office the following be advertised by means of an public announcement via the Federal Business Opportunities as part of PM NSWRA's market research.

Notice Date
5/12/2011
 
Notice Type
Sources Sought
 
Contracting Office
AMCOM Contracting Center - Air (AMCOM-CC), ATTN: AMSAM-AC, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
 
ZIP Code
35898-5280
 
Solicitation Number
W58RGZ-11-R-0314
 
Response Due
6/13/2011
 
Archive Date
8/12/2011
 
Point of Contact
latasha porter, 256-876-8039
 
E-Mail Address
AMCOM Contracting Center - Air (AMCOM-CC)
(latasha.porter@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This notice is published in accordance with FAR Parts 10.002 and 15.201 and is a Request for Information (RFI) only in support of a market survey. All information received will be used for planning purposes only. This notice does not constitute an Invitat ion for Bids, Request for Proposal, or Request for Quotes. The Government will not award a contract based on this notice and will not reimburse respondents for any cost associated with responses to it. The results of this synopsis will be used to better understand industry capabilities as we plan for the procurement of such support activities. This effort is for the procurement of worldwide lifecycle sustainment support for a variety of non-standard aircraft systems not supported within the Department of Defense (DoD) standard logistics systems. Initial aircraft to be supported are anticipated to be the Mi-17, Mi-35, and MD-530F aircraft systems. Additional non-standard aircraft systems are to be determined but may include UH-1, Bell 212 (UH-1N), Huey II, Bell 214, Bell 205, Bell 206, Bell AB 206, Bell 206 AL, Bell 206B, Bell 204/205, AB 204/205, Bell 406 CS, Bell 412, TH-67 Creek, Jet Ranger, AH-1F, and AH-6i. At a minimum, this acquisition will consider and make provision for all elements of Integrated Logistics Support (ILS) as well as technical and engineering services support to commence on or about May 2012 with full implementation by September 2012. A demonstrated relationship with the Original Equipment Manufacturer (OEM) is required for each non-standard aircraft system to be supported in this acquisition to ensure continued airworthiness; access to technical and engineering data and support; and access to logistical services and supply chains. Third party and/or brokered relationships are not allowed. Lifecycle sustainment support services include but not limited to the following requirements. 1. Sustaining Engineering. a. Collection and triage of all service use and maintenance data. b. Analysis of safety hazards, failure causes and effects, reliability and maintainability trends, and operational usage profiles. c. Root cause analysis of in-service problems (i.e., operational hazards, deficiency reports, parts obsolescence, corrosion effects, and reliability degradation). 2. Supply Support. a. Acquisition of spare/repair parts, repair of reparables, and aircraft overhaul, maintenance, and modification. b. Inventory management to determine requirements to acquire, catalog, receive, store, transfer, issue, and dispose of spare/repair parts and supplies. c. Establish a comprehensive supply chain consisting of forward and/or flightline supply activities, rear and/or removed secondary distribution activities, transportation channels, and robust commercial distributors and suppliers. 3. Maintenance Planning and Management. a. Acquisition of aircraft maintenance and support at all levels of maintenance. b. Aircraft modification and alterations. c. Lifecycle maintenance planning and management for maintenance concept design, level of repair analysis, maintenance task design and skill level determination, workload allocation and planning, and configuration management. 4. Support Equipment. a. Acquisition of peculiar and common tools, test, and support equipment. b. Metrology and calibration services and support. 5. Technical Data. a. Acquisition of technical documentation, manuals, and drawings to operate, maintain, and train NSRWA systems. b. Establish configuration baseline for lifecycle sustainment and to support and document future modifications and alterations through Engineering Change Proposals and Modification Work Orders. c. Lifecycle sustainment of technical data and publications including development, update, reproduction, distribution, and management of NSRWA technical publications library. 6. Training and Training Support. a. Acquisition of new equipment training, transition training, and/or on-the-job training and training support to train foreign and domestic military personnel to operate and maintain NSRWA systems. b. Acquisition of training aids and devices (TAADS) for the purposes of operator and maintainer training of both foreign and domestic military personnel on NSRWA systems. c. Lifecycle sustainment management and support of training, training support, and TAADS. 7. Manpower and Personnel. a. Management and support for identification, planning, and provision of manpower and personnel necessary for the operation, maintenance, and sustainment of NSRWA systems. b. Acquisition of manpower and personnel possessing the appropriate certifications and licenses for operation and maintenance and to ensure continued airworthiness of NSRWA systems. 8. Facilities and Infrastructure. a. Acquisition and sustainment of facilities to support aircraft operation, maintenance, modifications, alterations, training, and supply support activities. 9. Packaging, Handling, Storage, and Transportation (PHST) a. Acquisition of packaging, preservation, handling, storage, and transportation services for NSRWA systems. 10. Computer Resources Support. a. Acquisition of hardware, software, documentation, personnel, and services to support lifecycle sustainment of NSRWA systems, all levels of support, and within PM NSRWA. This Market survey will be conducted in two phases: 1) White papers describing the technical approach and capablities in all elements referenced above submitted to the Government Contracting Officer specified below by 13 June 2011 followed by 2) an Industry Day to be announced at a subsequent date. The Government will not reimburse respondents for any costs associated with responses to this notice or participation in any Industry Day. White papers submitted as a result of this market survey, will facilitate the NSRW Project Office in the formulation of an Acquisition Plan and eventually a follow-on Request for Proposal (RFP) for the WorldWide Life Cycle Sustainment Support. More information on Industry Day will be provided at a later date. Respondents may submit questions in writing to the following points of contact: Mable N. Youngblood,(256)842-7638, Email: Mable.Youngblood@redstone. army.mil; LaTasha Porter, (256) 313-5711, Email: latasha.porter@us.army.mil; by 13 Jun 11. Appropriate Government response to submitted questions will be provided at Industry Day. White paper responses will consist of an Unclassified white paper on 8.5 x 11 inch paper with fonts no smaller than 12 point, one inch margins, in a Microsoft Word or Adobe file format. Each page of the submission shall contain the document identifier in t he document header. Respondents should label any information contained in the white paper that is considered proprietary. At a minimum, the white paper shall provide 1) a description of the technical and programmatic approach with key risks and suggested mitigation approaches. The white paper will be limited to 30 total pages including tables, charts, and figures. The white paper will include a technical Point of Contact (POC), phone number and email. Two copies of the white paper are requested (one hard copy and one readable Compact Disk (CD). All white papers must be received by the Contracting Officer at the following address: U.S. Contracting Command (ACC), Acquisition Center, CCAM-NSA/ATTN: Mable N. Youngblood, Redstone Arsenal, AL 35898-5280 Not Later Than (NLT) 1600 Hrs. (Central) on 13 June 11. Requests received in any other manner will not be honored.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d38763296c10a3adbe85afeb12e0e58a)
 
Place of Performance
Address: ACC Contracting Command - Redstone ATTN: CCAM-NSA, Building 5303, Martin Road Redstone Arsenal AL
Zip Code: 35898-5280
 
Record
SN02446639-W 20110514/110512234818-d38763296c10a3adbe85afeb12e0e58a (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.