MODIFICATION
39 -- DRAFT Request for Proposal (RFP) - Halvorsen Contractor Logistics Support (CLS) Acquisition - FA8519-13-R-30382
- Notice Date
- 12/19/2012
- Notice Type
- Modification/Amendment
- NAICS
- 333924
— Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, WR-ALC, WR-ALC/PK Acquisition Opportunities, 235 Byron St,, Warner Robins, Georgia, 31098-1611, United States
- ZIP Code
- 31098-1611
- Solicitation Number
- FA8519-13-R-30382-DRAFT
- Archive Date
- 3/29/2013
- Point of Contact
- Alicia D. Vogel, Phone: (478) 222-1896, Brandi R. Matlock, Phone: 478-926-2241
- E-Mail Address
-
Alicia.Vogel@robins.af.mil, Brandi.Matlock@robins.af.mil
(Alicia.Vogel@robins.af.mil, Brandi.Matlock@robins.af.mil)
- Small Business Set-Aside
- Emerging Small Business
- Description
- This DRAFT Request for Proposal (RFP), in support of a potential Halvorsen Contractor Logistics Support (CLS) acquisition, is being issued for planning purposes only. Although the terms "proposal" and "offeror" are used in this DRAFT RFP, your response will be treated as information only. It shall not be used as a proposal. The Government does not intend to award a contract on the basis of this draft solicitation or to otherwise pay for any information provided. The attached specifications are being submitted for industry review and comments. Interested vendors are hereby advised that non-technical data for the Halvorsen 25K Aircraft Cargo Loader Contractor Logistics Support requirement is now available for review, via CD, upon request. Technical Data Request Process: Interested vendors must first submit an approved copy of their DD Form 2345 to the Contracting Officer, Brandi Matlock via email at Brandi.Matlock@robins.af.mil. Please be advised that sending an unapproved DD Form 2345 to the Contracting Officer or the Tunner Program Office will not result in the DD Form 2345 being approved. Specific instructions are located on the DD Form 2345. After an approved copy of the DD Form 2345 is submitted to the Contracting Officer and reviewed by the Halvorsen Program Office, the vendor should provide the following to the Tunner Program Office: (1) Request for technical data (2) Packaging sufficient to accommodate the shipment of 1 CD. Vendors will be responsible for any shipping costs. Thus, Vendors' packaging shall include adequate return shipping documentation, such as completed FedEx Airbill or UPS shipping label, etc. Requests for data and packaging material should be sent to the attention of Alicia Vogel, Contract Specialist, 235 Byron Street, STE 19A, BLDG 300, Robins, AFB, GA 31098-1670. Also, please provide a notification, via e-mail, to Alicia Vogel, at Alicia.Vogel@robins.af.mil, with a copy to Brandi Matlock, at Brandi.Matlock@robins.af.mil, to advise that a Data Package Request is en route. It is anticipated that a formal RFP will be issued at a later date. Interested parties are advised that a formal RFP will have a 45-day response time; therefore, the information provided in association with this DRAFT RFP should be viewed as working documentation for the purposes of preparing a proposal. Interested parties should keep this in mind when asking questions in response to the DRAFT RFP. In response to this announcement, please submit questions and/or comments in writing to the following individuals no later than close of business, 31 January 2012: Brandi Matlock, Contracting Officer, Brandi.Matlock@Robins.af.mil, and Alicia Vogel, Contract Specialist, Alicia.Vogel@Robins.af.mil. Interested parties should indicate their interest in attending a pre-solicitation conference regarding this potential requirement to the individuals listed above. Description of Anticipated Requirement: The Air Force intends to acquire CLS for the Halvorsen weapon system under a FAR Part 15 contract. The Contractor will provide a broad range of support for a fleet of 443 deployed Halvorsen loaders. The Contractor will provide and integrate this support in five output-oriented areas. Each of these areas is described below and will be supplemented by the Prime Item Development Specification. The five areas are as follows: PIPELINE/MATERIAL MANAGEMENT Demand forecasting and purchasing of parts and material Manufacturing and/or repair of parts Warehousing Packaging Transportation REVERSE ENGINEERING Develop and deliver an ASME Y14.100 based technical data package (TDP) sufficient for lifecycle support of the Halvorsen; NOTE: Technical data package will be limited to maintenance support (i.e., parts replacement, overhaul, and unscheduled depot level maintenance) since there are no plans for reprocurement of total system. LIFECYCLE ENGINEERING Configuration Management/Change Management Technology Insertion Logistics Engineering, Including Training Design Responsibility Diminishing Manufacturing Sources and Material Shortages (DMSMS) Systems Engineering to include Operational Safety, Suitability, and Effectiveness (OSS&E) Technical Order Management Reduction of Total Ownership Costs (RTOC) Lifecycle Data Management Performance Data Analysis Modification Development UNSCHEDULED DEPOT LEVEL MAINTENANCE Depot Level Repair (on and off-site) Modifications LOADER OVERHAUL Total Refurbishment of the Loader Reliability-Centered Maintenance Modifications Loader Description: The Halvorsen is a self-propelled 25,000 pound capacity aircraft cargo transporter loader. The Halvorsen weighs approximately 32,000 pounds; is approximately 14'2'' wide by 29'7'' long; and is approximately 23 feet tall when fully extended. It transfers loads to and from warehouses, and to and from cargo aircraft on the flightline. The Halvorsen interfaces with docks in warehouses and all Air Force cargo aircraft, including many commercial Civil Reserve Air Fleet (CRAF) aircraft. The Halvorsen's powered conveyor system moves loads on unit load devices (ULDs): pallets, platforms, and containers. The roller system on the deck converts to a flat deck for rolling stock loads. The deck lowers to 39 inches and raises to 18 feet 94 inches, and rolls, side-shifts, and pitches. The Halvorsen is air transportable on the C-130, C-5, and C-17 aircraft. The Halvorsen was designed for a service life of 30 years with a maximum of 2 overhauls. The Halvorsen has a six cylinder Detroit Diesel D706LTE engine, an Allison 4 speed automatic transmission, and front wheel drive. The Halvorsen has a maximum speed of 17 mph, and a turning radius of 25 ft. Operational Capabilities: The Halvorsen is used to Load/Unload Military and CRAF Fleets. It handles up to 3 standard 463L pallets 88X108 with a total capacity of up to 25,000 lbs. It is Multi Cargo Capable including rolling stock. The Halvorsen has a Deck Reach up to 225 inches (18 ft 94 in) for wide body aircraft and 39 inches for C-130 aircraft. All deck controls are contained in the operators cab. The Halvorsen can operate in temperatures ranges from -40 degrees F to +125 degrees F. It can be reconfigured for transport in less than ½ hour with no tools required and has a shipping weight of approximately 32,000 lbs. Thus, the Halvorsen can be air transported on C-130, C-17 and C-5 aircraft. Program Description: The Air Force does not own the technical data for the Halvorsen loader therefore, the Contractor will be required through reverse engineering to develop and deliver a technical data package to the Air Force. The Contractor will use and maintain the TDP as part of the lifecycle management of the Halvorsen weapon system. OEM/Vendor exclusivity agreements, patents, foreign content, and licenses may exist; however, the level and extent are unknown. Operator and field maintenance manuals are available subject to limited data rights. Technical support shall be provided 24 hours a day and 7 days a week to the field by telephone. Technical support shall include providing repair instructions to the field when a particular repair is not covered by the TO, providing explanations of the TOs to the field when needed, etc. Potential SRB projects can be generated and input by anyone through e-mail, AF deficiency reports (DR), system review board (SRB), and phone. The SRB is a joint Air Force and contractor multi-disciplined board for the purpose of directing technical activities. The Contractor will be responsible for all material pipeline/material management to support approximately 165 worldwide locations. Management of returned parts for repair or analysis will be required. Reparable "part cores" may be returned to the Contractor for repair. The Contractor will be expected to manage and forecast inventory levels continually. The Contractor will receive some Air Force historical parts demand and maintenance data. The Air Force will provide to the Contractor some inventory of consumable, reparable, and investment parts at the outset of the new CLS contract. The Contractor will provide lifecycle engineering support using the principles of systems engineering. The Contractor will be responsible for assuring Operational Safety, Suitability, and Effectiveness (OSS&E), product life cycle management (PLM), product data management, technical order management and cost control. OSS&E baselines have been established and the Contractor will be required to assure no degradation throughout the life of the system. Suitability is the ability of the Halvorsen to operate within the Air Force system. Effectiveness is the ability of the Halvorsen to perform as intended. This means that any changes required as a result of obsolescence, vanishing vendors, cost reduction, correction of deficiencies, etc. must not degrade the safety, suitability or effectiveness of the system. Configuration control is necessary for status accounting of the parts installed on each loader, and any special repairs or modifications must be documented. Configuration status accounting of each loader is required for future reliability analysis, correction of deficiencies, and overhaul of the loader. Lifecycle engineering will provide corrective actions and implementation to resolve deficiencies, and the issuance of Time Compliance Technical Orders (TCTOs) when required. The Contractor will be responsible for verification of form, fit, function, and interface of corrective actions. The Contractor will be the management agency for Halvorsen TOs. Lifecycle engineering will include maintenance of the engineering documentation such as engineering drawings, TOs, structural analyses, and safety assessment reports. Accident repair will be field repair when possible, and repair at a contractor depot facility when required. Vehicle overhaul could include modifications, reliability-centered maintenance, and repair of structural abnormalities. Manufacturing personnel will be required to fulfill, on an annual basis, the requirements of process certifications in welding (e.g., AWS), corrosion control, hydraulics, riveting, and inspection. Where there are no organizational or societal procedures, the Contractor will be required to develop procedures. The Air Force will provide the Contractor with two loaders in preparation for depot overhaul qualification. The Contractor will tear down and rebuild two (2) Halvorsen loaders and develop a Halvorsen Overhaul Instructions Manual for manufacturing to qualify and accomplish future overhauls. The Contractor will be expected to conduct depot overhaul on up to 50 loaders each year. The Contractor will address structural abnormalities and non-standard repairs as they are discovered. Additional information may be provided via additions to this posting.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/FA8519-13-R-30382-DRAFT/listing.html)
- Record
- SN02952116-W 20121221/121219234656-6f306420dcacd9cb603d53109334be2e (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 |