SOLICITATION NOTICE
16 -- F-15 Pitch and Roll Channel Assembly (PRCA) Performance Based Logistics Management Support
- Notice Date
- 9/5/2017
- Notice Type
- Presolicitation
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Aviation - BSM, 8000 Jefferson Davis Highway, Richmond, Virginia, 23297-5000, United States
- ZIP Code
- 23297-5000
- Solicitation Number
- SPE4AX-17-R-0023
- Archive Date
- 3/2/2018
- Point of Contact
- Valerie M Skeen, Phone: 8042796834
- E-Mail Address
-
valerie.skeen@dla.mil
(valerie.skeen@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- The Defense Logistics Agency (DLA) in coordination with the Air Force Sustainment Center (AFSC), Tinker Air Force Base (TAFB), Oklahoma, is issuing a solicitation for Performance Based Logistics (PBL) support to facilitate the maintenance and overhaul of the F-15 Pitch and Roll Channel Assembly (PRCA), its subcomponents, and the Aileron Rudder Interconnect (ARI). The solicitation requires a holistic support solution, with primary support to the PRCA/ARI organic repair depot at Hill Air Force Base along with ancillary worldwide field support for DLA customers other than the PRCA/ARI organic maintenance depot. The solicitation is unrestricted using Other Than Full and Open Competition as prescribed by FAR 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. The ordering period will include a five (5) year base period and a five (5) year option period for a potential duration of ten (10) years. The contract type is a Requirements Type Contract with a Fixed Price per Flying Hour. Performance measurement will be tied to the twelve output NSNs identified below: 1650-01-446-0599 - Pitch & Roll Channel Assembly (PRCA), E Model 1650-01-446-2029 - Pitch & Roll Channel Assembly (PRCA), A-D Model 1650-00-000-0129 - Emergency Pressurization Assembly, Subcomponent of PRCA 1650-01-104-9424 - Mode Select Assembly, Subcomponent of PRCA 4810-01-251-8480 - Mode Select Assembly, Subcomponent of PRCA 1650-01-346-6328 - Roll Ratio Controller (Both), Subcomponent of PRCA 1650-00-535-7662 - Pitch Ratio Controller (Both), Subcomponent of PRCA 1650-01-008-7314 - Pitch Ratio Controller, Subcomponent of PRCA 4810-01-396-3097 - Pitch Trim Controller (PTC), Subcomponent of PRCA 1650-01-446-2426 - Ratio Changer and Booster Assembly, Subcomponent of PRCA 1650-01-446-2030 - Ratio Changer and Booster Assembly, Subcomponent of PRCA 1650-01-050-3491 - Aileron Rudder Interconnect (ARI) The overall objective of this PBL effort is to achieve a predetermined level of availability for the F-15 PRCA, ARI, and related components. The Statement of Work (SOW) requires the provider to do the following: 1. Be responsible to reach and maintain an Air Force predetermined level of serviceable asset availability of F-15 PRCAs, ARIs, and related components outlined by the Air Force through a collaborative partnership arrangement. Enter into a Direct Sales agreement with the Air Force under which the provider will partner with the depot level maintenance facility and its workforce to execute the overhaul portion of the workload. Due to the potential for contractor assisted production maintenance work, the contractor shall meet all source approval requirements for overhaul. 2. Reduce the Total Cost of Ownership versus the Air Force's current supply support model through innovation such as process improvement initiatives, reliability improvement initiatives, lean supply chain initiatives, & other techniques. 3. Supply engineering and technical support to complement Air Force cognizant engineering specific to the overhaul and troubleshooting of F-15 PRCAs, ARIs, and related subcomponents. 4. Supplement organic depot maintenance manpower with offload facilities and contractor personnel, and perform overhaul of the assets to a degree that meets the Air Force requirement for end item supply availability, including: work of a highly specialized and technical nature requiring tacit knowledge of a unique end-item with no known commercial variant or like item. Utilize Depot Organic Maintenace Facility at Hill AFB to the maximum extent. 5. Furnish expertise, knowledge, and experience to convert excess F-15 "A/D" model PRCAs to F-15 "E" model PRCAs. 6. Reduce unserviceable supply chain asset generations through holistic approaches that incorporate innovative processes and product improvements. Requires implicit knowledge of field level supply chain processes and procedures, and its correlation and interaction with depot level supply chain. 7. Supply piece part product support integration of unique NSNs (determine quantities needed, purchase needed parts, warehouse, issue parts to maintenance, and maintain documentation for historical usage purposes) 8. Be DLA's global source of supply for all Sole Source and Unique material required for organic depot overhauls. 9. Provide overall planning and support (Program Management), in collaboration with the Air Force, to determine the quantity of overhauled items required to meet Availability targets. A copy of the RFP will be available via the DLA Internet Bid Board System at https://www.dibbs.bsm.dla.mil/RFP on the same issue date cited in the RFP. Choose the RFP you wish to download. RFPs are in the portable document format (PDF). To download and view these documents, you will need the latest version of Adobe Acrobat Reader. This software is available free at http://www.adobe.com. A paper copy of the RFP will not be available to requestors. All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. The solicitation issue date is estimated to be 29 September 2017. Point of contact is Mrs. Valerie Skeen, Valerie.Skeen@dla.mil or (804) 279-6834.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCR-BSM/SPE4AX-17-R-0023/listing.html)
- Place of Performance
- Address: DLA Aviation, 8000 Jefferson Davis Highway, Richmond, Virginia, 23297, United States
- Zip Code: 23297
- Zip Code: 23297
- Record
- SN04661873-W 20170907/170905232121-44c01b07bb6ed7445fc4f62d2e4c2d5b (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 |