Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 11, 2012 FBO #3913
SOURCES SOUGHT

28 -- Rolls Royce AE3007H Engine Depot Activation

Notice Date
8/9/2012
 
Notice Type
Sources Sought
 
NAICS
336412 — Aircraft Engine and Engine Parts Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218
 
ZIP Code
45433-7218
 
Solicitation Number
FA8620-13-R-3000
 
Archive Date
9/23/2012
 
Point of Contact
David J. Zeller,
 
E-Mail Address
david.zeller@wpafb.af.mil
(david.zeller@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Rolls Royce AE3007H Engine Depot Activation Sources Sought Synopsis (SSS) In accordance with Part 10 of the Federal Acquisition Regulation (FAR), the Government is conducting market research. This market research is for information and planning purposes only. Contractors/Institutions that respond are placed on notice that participation in this market research may not ensure participation in future solicitations or contract awards. Before submitting any information to the Government, be advised that the Government does not intend to pay for information or reimburse participants for any expenses associated with their participation in this research. Information received as a result of this SSS may be used in determining future acquisition strategies. Your responses will be treated as information only. Requirement The Rolls Royce AE3007H Engine Depot Activation SSS is being issued to conduct market research to identify potential sources able to establish a depot-level maintenance capability for the Rolls Royce AE3007H engine within the Air Force. For the purpose of this SSS, depot-level maintenance is defined as any action performed on materiel or software in the conduct of inspection, repair, overhaul, or the modification or rebuild of end-items, assemblies, subassemblies and parts (10 USC 2460). The depot shall be established at Oklahoma Air Logistics Center (OC-ALC), Tinker AFB, OK. Once the capability is established, the USG will perform depot- level maintenance at that location. Respondents must possess the expertise, capabilities, and experience in establishing a depot-level maintenance capability for the Rolls Royce AE3007H engine. Additionally, the respondents to this inquiry must state their ability to access and convey (to the Government) the Rolls Royce AE3007H engine depot-level source data required to establish an organic depot-level maintenance capability. Capabilities Document Respondents shall submit a Capabilities Package in response to this SSS that demonstrates detailed knowledge and experience in the following areas: 1. Describe your company's ability to access depot-level maintenance source data necessary to identify requirements for establishing and operating a depot-level maintenance capability for the Rolls Royce AE3007H engine. (Source Data must include, but is not limited to: Skilled personnel requirements, Training and Certifications, Engineering data and drawings, Technical manuals and documentation, Repair procedures, Test requirements, Special and common support/test equipment, Special and common tools, Provisioning data, Facility requirements). 2. Describe your company's ability to convey the prescribed source data to the Government enabling the establishment and validation/verification of a depot-level maintenance for the Rolls Royce AE3007H engine at Tinker AFB, OK. 3. Describe your company's expertise and ability to identify existing and potential depot-level maintenance for the AE3007H engine, its components and subcomponents. 4. Describe your company's expertise, capabilities and experience in establishing depot-level maintenance for the Rolls Royce AE3007H engine at Government and/or commercial locations. Provide supporting documentation of previous experience (contracts, agreements, etc.). 5. Describe your company's expertise and ability to identify specialized skill sets, conduct training to meet these skill sets and enable the Government to obtain required certifications as relating to the Rolls Royce AE3007H engine depot-level maintenance. 6. Describe your company's expertise and ability to identify and obtain special and common support/test equipment and tools as relating to the Rolls Royce AE3007H engine depot-level maintenance. 7. Describe your company's expertise and ability to identify and convey provisioning data as relating to the Rolls Royce AE3007H engine depot level maintenance. "Provisioning" is defined as the process of determining and acquiring the range and quantity of support items (e.g., spares, repair parts, bulk materiel, tools and test equipment) necessary to operate and maintain a system for an initial period of time. 8. Describe your company's expertise and ability to identify, optimize and implement facility requirements and process flows as relating to the Rolls Royce AE3007H engine depot-level maintenance. The capabilities package shall be limited to twenty (20) double-spaced, single-sided pages. Respondents who submit a capabilities package in response to this notice shall identify prior contracts (by contract number and issuing office) and commercial and Government points of contact (preferably the buyer or contracting officer) related to those similar types of efforts. Respondents should indicate whether they are, or are not, a small business, a small disadvantaged business, 8(a), HUBZone, veteran-owned, service-disabled veteran-owned or a woman owned small business. The general definition of a small business for this SSS is one that is independently owned and operated, is not dominant in the field of operation in which it is proposing an Air Force contracts, and one who's number of employees does not exceed 1000. The NAICS Code to be used for this SSS is 336412. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent acquisition. Respondents are further requested to indicate their status as a Foreign-owned/Foreign-controlled contractor and any contemplated use of foreign national employees on this effort. Any information submitted by respondents to this SSS is voluntary. This synopsis is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any Government assessments. The Government's evaluation of the capabilities statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business designation (e.g. SDVOSB, HUBZone, 8(a), SDB, WOSB, VOSB, etc.). No set aside decision has been made; however, the Air Force is contemplating setting this acquisition aside for Small Businesses if there is sufficient demonstrated interest and capability. Note that a key factor in determining an acquisition to 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. The clause reads, in part, as follows: "Limitations on Subcontracting (Dec 1996)... (b) By submission of an offer and execution of a contract, the Offeror/Contractor agrees that in performance of the contract in the case of a contract for - (1) Services (except construction). At least 50 percent of the cost of contract Performance incurred for personnel shall be expended for employees of the concern. (2) Supplies (other than procurement from a non-manufacturer of such supplies). The concern shall perform work for at least 50 percent of the cost of manufacturing the supplies, not including the cost of materials. Provide specific details and rationale as to how compliance with FAR clause 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, a small business utilization requirement will be considered. Request that large and small businesses provide a reasonable requirement for small business utilization as a percent of total contract value. Please provide supporting rationale for the recommended percentage. Submission of Proprietary Information Caution: The Government appreciates that interested respondents may not be able to respond to this market research without disclosing information deemed "proprietary." Data submitted in response to this market research will be distributed and discussed within the Government. It is the responsibility of respondents to clearly mark submitted information with appropriate restrictive markings. Respondents are further advised that the Government's analyses of responses may require disclosure of responses to Advisory and Assistance Services (A&AS) support contractor personnel. All members of the Government/Contractor team will be reminded of their obligation to protect such information to the maximum extent permitted or required and other applicable statutes or regulations. In addition, Government members will be reminded of their obligations to afford protection under the Trade Secrets Act, 18 U.S.C. 1905. All support contractor members are required to protect the information by the terms of their contracts. This synopsis does not constitute an Invitation for Bids (IFB) or a Request for Proposals (RFP), nor does its issuance restrict the Government as to its ultimate acquisition approach. The Government does not intend to award a contract on the basis of this notice, nor will it reimburse respondent(s) for any costs associated with preparing or submitting a response to this notice. Interested respondents should submit their responses to the contracting negotiator via mail to Mr. David Zeller, AFLCMC/WIGK, 2530 Loop Road West, Bldg 557 Wright Patterson, AFB, OH 45433-7101, or electronically to david.zeller@wpafb.af.mil. Responses must be received no later than thirty (30) calendar days from the publication date of this announcement. If necessary, the Government may elect to contact interested parties for further clarifications or site visits.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8620-13-R-3000/listing.html)
 
Record
SN02833769-W 20120811/120810001755-0aaf6b3e1715b5db06479b8a6c7e6c2a (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.