Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 14, 2016 FBO #5439
SOURCES SOUGHT

29 -- ETCC F108-100 Main Engine Control (MEC) and Component Strategy, 429 SCMS, Request for Information/Sources Sought Synopsis 2915-01-209-9046_2915-01-192-2541(Oct2016)

Notice Date
10/12/2016
 
Notice Type
Sources Sought
 
NAICS
336412 — Aircraft Engine and Engine Parts Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, PK/PZ Tinker AFB, 3001 Staff Drive, Ste 1AG76A, Tinker AFB, Oklahoma, 73145-3015, United States
 
ZIP Code
73145-3015
 
Solicitation Number
RFI-ETCC_F108_MEC
 
Archive Date
11/14/2016
 
Point of Contact
Lance E Smith, Phone: 405-892-7314, Jamie Sires, Phone: 405-736-2818
 
E-Mail Address
lance.smith.2@us.af.mil, jamie.sires@us.af.mil
(lance.smith.2@us.af.mil, jamie.sires@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
F108-100 Main Engine Control and Component Strategy, 429 SCMS, Request for Information/Sources Sought Synopsis Synopsis: REQUEST FOR INFORMATION/SOURCES SOUGHT SYNOPSIS (RFI/SSS): This RFI/SSS is issued as market research, solely for informational and planning purposes. It does not constitute a solicitation (Request for Proposal or Request for Quotation) or promise to issue a solicitation in the future. The information provided in response to this RFI/SSS is for discussion purposes, and any potential strategy developed from this discussion would be the subject of a separate future announcement. DISCLAIMERS: As stated in Federal Acquisition Regulation (FAR) subpart 15.201(e), responses to this notice are not offers, and shall not be accepted by the Government to form a binding contract. As stated in FAR 52.215-3, "Request for Information or Solicitation for Planning Purposes"; the Government does not intend to award a contract on the basis of this RFI/SSS or to otherwise pay for the information solicited except possibly as an allowable cost under other contracts as provided in FAR 31.205-18, "Independent Research and Development and Bid and Proposal Costs." The information received in response to this RFI/SSS may be utilized by the United States Air Force (USAF) in developing an acquisition strategy and requirement documents (i.e.; Statement of Objectives, Performance Work Statement, or Purchase Description). The Government requests non-proprietary information be submitted in response to this RFI/SSS. However, should proprietary information or trade secrets be submitted, it should be clearly identified and marked "PROPRIETARY", and handled accordingly. The Government shall not be liable for or suffer any consequential damages for the use of any proprietary information submitted and not properly identified. Proprietary information shall be safeguarded in accordance with the applicable Government regulations. The government has not made a commitment to procure any of the items discussed. Release of this RFI/SSS shall not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become property of the USAF and will not be returned. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted under this RFI/SSS. Response to the RFI/SSS is strictly voluntary. Submissions may be reviewed by the Government personnel and contractors in support of the Government. PURPOSE: The Enterprise Tinker Commodity Council (ETCC) within the 429th Supply Chain Management Squadron (SCMS) located at Tinker Air Force Base issued this RFI/SSS requesting information for market research purposes pursuant to FAR Part 10. The Government will use this information to determine the best future acquisition strategy for this procurement, inclusive of the need to do an Industry Day and/or a Pre-solicitation Conference. The Government is seeking capabilities and sources to perform remanufacture of the F108 Main Engine Control (MEC) as outlined in Statement of Objective (SOO) section. These requirements are for USAF. This is an initial SOO being considered for inclusion on a strategic contract to aid in planning, however; this SOO is subject to change and not binding to the Government. The information in this notice is based on current information available to date and updated information will be provided in future announcements. PROBLEM: The F108 engine is currently undergoing an upgrade to C-PUP configuration. This upgraded configuration provides enhanced performance and operational capability. To get the full enhanced package of performance and operational capability, USAF engineering has required an expanded "on condition maintenance" (repair) criteria to a one time remanufacture effort for the F108 MEC. National Stock Numbers (NSNs) and Part Numbers (P/Ns) are listed in Table 1, which includes the incorporation of any outstanding Service Bulletins (SBs) listed in Table 2, to be accomplished on all 1900 MECs in the USAF inventory at a rate of 54 remanufactured MECs per month. The organic depot repair facility does not have the full capability to meet the new remanufacture requirements/schedule. Table 1 NSN P/N 2915012099046PN 9278M96P10 2915011925419PN 9278M96P09 Table 2 1 SB 73-0012 Introduction of a New Differential Pressure Valve Plug 2 SB 73-0018 Replacement of N2K (Top Hat) Filter 3 SB 73-0022 Introduction of a New P5 Orifice 4 SB 73-0029 New Altitude Bias Servo Stop Mechanism 5 SB 73-0051 Marking of Data Plate 6 SB 73-0075 Use of Fluorocarbon (Viton) Preformed Packings 7 SB 73-0078 Nitronic Pins 8 SB 73-0082 Compressor Discharge Pressure Needle Bearing Design 9 SB 73-0083 Improvements to Buffer Spring Assembly Design 10 SB 73-0087 Improved Jump and Rate Assembly 11 SB 73-0027 Replacement of Mismatched Servo Cover 12 SB 73-0032 Rotary Variable Differential Transducers 13 SB 73-0049 Mixed O-rings 14 SB 73-0052 Rotary Variable Differential Transducers 15 SB 73-0054 Suspect Sort Threaded Pivot Pins 16 SB 73-0042 Non-Nitrided CIT Pilot Valve Bushing 17 SB 73-0046 Inspect for Soft Fuel Valve Rotors 18 SB 73-0071 Replacement of Jump and Rate Assembly 19 SB 73-0099 Inspection of Drive Gear Internal Spline 20 SB 73-0030 Introduction of CDP Pilot Valve Gear with collar 21 SB 73-0068 Governor, CDP, Tachometer and CIT Pilot Valve rework STATEMENT OF OBJECTIVE (SOO): The overall objective is to provide affordable, reliable, and on time serviceable condition F108 MECs that have had all outstanding SBs accomplished. The objective must also meet the USAF schedule of 54 remanufactured MECs per month, while addressing the cause(s) for the current lack of waRFI/SSSghter support and any future issues or concerns that may affect availability. Approach must seek to deliver product support designed to optimize system readiness. At a minimum, the solution must achieve the following objectives: 1. Furnish supplemental F108 MEC remanufacture capabilities and facilities to augment depot organic remanufacture capacity to increase throughput and reduce bottlenecks and constraints. a) Supplemental capabilities should include solutions that help reduce organic MEC remanufacture time to help the depot organic shop meet the USAF schedule. b) Meet all source approval requirements for F108 MEC remanufacture via Source Approval Request (SAR) process 2. Supply engineering and technical support to complement USAF cognizant engineering specific to the remanufacturing, testing, and troubleshooting of F108 MECs. a) Engineering and technical support should include solutions that more closely align with industry best practices and governmental work. b) Support should also improve availability, reliability, affordability, and maintainability of F108 MECs. 3. Provide piece part product support integration in support of organic remanufacture. a) Integration includes determining quantity of parts, purchasing of needed parts, warehousing, issuing, and documenting of usage. 4. The Government will retain ownership rights to all engineering/technical data incorporated into Government TOs and processes. Contract instrument must offer the needed supply chain resiliency to the government to proactively respond to changing future requirements and circumstances. ______________________________________________________________________________ Based on responses to this RFI/SSS, an anticipated solicitation or series of solicitations may be issued to pursue opportunities for contract award. A Pre-Solicitation notice will be published in Federal Business Opportunities (FedBizOpps) prior to the release of any solicitation generated from the information gathered in response to this RFI/SSS. Failure to respond will not preclude participation in future solicitations. It is the intent of the Government to maximize competition whenever and wherever possible. Responses to this notice will be considered for discussions to determine the best future acquisition and contract strategies. SMALL BUSINESS PARTICIPATION: Responses from small business firms are highly encouraged. The Government is seeking small businesses interested in participation, to include but not limited to: Small Business, Small Disadvantage Business, 8(a) Certified, Service-Disabled Veteran-Owned, Hub-Zone Small Business, and Women-Owned Small Business concerns. The Government requests interested parties respond to this notice as a prime or subcontractor as applicable. SUBMISSION OF RESPONSES: Send responses to this RFI/SSS by 1:00 PM Central Standard Time (CST) on November 12, 2016 via email to Mr. Lance Smith, Lead Program Manager, lance.smith.2@us.af.mil and Ms. Jamie Sires, Program Manager, jamie.sires@us.af.mil Information provided as part of this RFI/SSS as it relates to the F108 (CFM56) MEC will be evaluated solely for the purpose of determining the availability and adequacy of potential sources prior to determining an acquisition and contract strategy. The Government may contact RFI/SSS respondents to get clarification on the information submitted. In addition, contractors will indicate whether or not their services are offered through the U.S. General Services Administration (GSA) schedule or any other government-wide acquisition contract. Limit responses to 20 pages. Responses to all or part of the above RFI/SSS will be accepted. Emails containing file types such as.zip,.xlsx,.docx, or other macro-enabled extensions will not be delivered to the intended recipient. Responses to the RFI/SSS SHALL include the following: Submitter's Name Street Address, City, State, NINE-Digit zip code Point of Contact (POC) POC Telephone and FAX number POC Email Address GENERAL COMPANY INFORMATION Provide the following business information for your company and for teaming or joint venture partners: 1. Company Name 2. Full Mailing Address (Street Address, City, State, NINE-Digit zip code) 3. CAGE Code 4. DUNS Number 5. Name of all Repair Location/Station (Street Address, City, State, zip code) 6. Primary NAICS 7. Point of Contact(s) 8. Telephone and Fax Number 9. Email Addresses 10. Web Page URL 11. U.S. or Foreign Owned Entity 12. Size of Business: Large Business or Small Business a. If a LARGE BUSINESS, relative to NAICS Code 336412 and 336413, submit the reasonable expectation of subcontracting opportunities for small business concern(s) b. If a SMALL BUSINESS, indicate socioeconomic status: (i.e. Small Disadvantaged Business, 8(a) Certified, HUBZone Certified, Veteran Owned, Women-Owned, Service Disabled, Service Disabled Small Business, Service Disabled Veteran Owned, Minority-Owned) size standard for NAICS 336412 (is 1500 employees or less) and for 336413 (is 1250 employees or less) - Aircraft Engine and Engine Parts Manufacturing. SPECIFIC RFI/SSS QUESTIONS 1. Provide a brief summary of your company's F108 (CFM56) MEC experience. 2. Does your company have the required support equipment, tooling, fixtures, facilities, and test equipment to accomplish F108 (CFM56) MEC remanufacture? 3. Provide realistic and achievable percentage goals for the Small Business sub-contract categories below. Small Business Subcontracting Category Percentage Goals Small Business HUBZone Small Business Service-Disabled Veteran-Owned Small Business Small Disadvantaged Business Women-Owned Small Business, Historically Black Colleges & Universities and Minority Institutions 4. Does your company have suggestions on ways to increase Small Business participation in this requirement? Explain. 5. Does your company intend to bid as a PRIME Contractor or as a SUB-Contractor? Explain. 6. Indicate if your company is certified to remanufacture F108 MEC. 7. Has your company met the appropriate source approval requirements for remanufacture capabilities of the F108 MEC? Explain. Potential sources wishing to be a qualified F108 MEC remanufacturing source are REQUIRED to complete a Source Approval Request (SAR) package. https://www.fbo.gov/index?s=opportunity&mode=form&id=c3644c12bba8c94f371f407016adc3b1&tab=core&_cview=0 SAR submissions and questions should be submitted to the AFSC Small Business office at: AFSC/SB 3001 Staff Drive, Suite 1AG 85A Email: afsc.sb.workflow@us.af.mil Website: hhtp://www.tinker.af.mil/sbo.asp 8. Indicate if your company has developed or currently in-process of developing technology insertion for the F108 (CFM56) MEC. Briefly describe the enhancement. Explain how this enhancement would benefits the Government and provide an estimated release date. 9. In support of this effort, what type of contract vehicle would be favorable to your company? Would your company consider supporting this effort with a performance based logistics (PBL) contract? Would your company consider supporting this effort with public-private partnership? 10. What length of contract is appropriate to complete this task? What period of performance is attractive to realize Return on Investment? 11. What constraints does your company see with this effort, include any potential barriers and impediments or foreseeable risk to your company? 12. What type of incentive(s) would be attractive to your company? Unattractive? 13. Can your company provide the latest engineering and technical information, industry best practices, and training in support of a remanufacturing effort for F108 MEC, to include Tech Data updates? 14. Does your company see any alternative approaches to this effort? Which Service Bulletins would your company incorporate or not incorporate? Why or why not? 15. What is your company's shop capacity to accomplish remanufacture (quantity per month)? 16. Provide any other comments or remarks your company may have in reference to this market research. 429 SCMS/GUMB- ETCC 3001 Staff Drive, Suite 2AH195A Tinker AFB, Oklahoma 73145-3015 United States Primary Point of Contact: Lance Smith ETCC Lead Program Manager E-mail: lance.smith.2@us.af.mil Secondary Point of Contact: Jamie Sires ETCC Program Manager E-mail: jamie.sires@us.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/RFI-ETCC_F108_MEC/listing.html)
 
Place of Performance
Address: 429 SCMS/GUMB- ETCC, 3001 Staff Drive, Suite 2AH195A, Tinker AFB, Oklahoma 73145-3015, United States, Primary Point of Contact:, Lance Smith, ETCC Lead Program Manager, E-mail: lance.smith.2@us.af.mil, Secondary Point of Contact:, Jamie Sires, ETCC Program Manager, E-mail: jamie.sires@us.af.mil, Tinker AFB, Oklahoma, 73145, United States
Zip Code: 73145
 
Record
SN04301979-W 20161014/161012234415-5c9a9225ad24b60677496c27829c80d7 (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.