Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 10, 2018 FBO #6012
SOURCES SOUGHT

L -- Contractor Field Service Representatives (CFSRs) in support of the T700 Series Engine

Notice Date
5/8/2018
 
Notice Type
Sources Sought
 
NAICS
561990 — All Other Support Services
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - RSA (W58RGZ) CCAM, 5301 Martin Rd, Sparkman Ctr, Redstone Arsenal, Alabama, 35898-0001, United States
 
ZIP Code
35898-0001
 
Solicitation Number
W58RGZ-18-R-0216
 
Archive Date
7/9/2018
 
Point of Contact
Lakendra C. Hogg, Phone: 2568766998
 
E-Mail Address
lakendra.c.hogg.civ@mail.mil
(lakendra.c.hogg.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Solicitation Number: W58RGZ-18-R-0216 Notice Type: Sources Sought Synopsis: The U.S. Army Contracting Command – Redstone (ACC-RSA) is issuing this Sources S ought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support this requirement for a new contract for highly specialized logistical and technical services in support of the General Electric (GE) T700 Series engines. The Contractor Field Service Representatives (CFSRs) shall provide logistical and technical support for the T700 Series Engines manufactured by GE and supplied to the Government, at such activities and installations in OCONUS or CONUS. These services, procured in accordance with (IAW) FAR 37.203 shall be provided by factory trained technicians who are fully qualified to perform as CFSRs assigned on-site. Currently, these services are being procured noncompetitively. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 561990. This Sources Sought is used for information and planning purposes only and does not constitute a solicitation. No contract will be awarded as a result of this request. Information herein is based on the best information available at the time of publication, is subject to revision, and is not binding on the Government. All information received in response to this Sources Sought that is marked “proprietary” will be handled accordingly and will not be returned. Respondents are responsible for all expenses associated with responding to the Sources Sought. Purpose: The purpose of this Sources Sought is to determine industry capabilities to provide logistical and technical support for various configurations of the T700 Series Engine manufactured by GE and supplied to the Government, at such activities and installations in OCONUS or CONUS areas as set forth in any resultant contract. These services, procured in accordance with (IAW) FAR 37.203 shall be provided by factory trained technicians who are fully qualified to perform as CFSRs assigned on-site. This will be a new contract and will be to provide CFSR support to the T700 series engines which are a military unique requirement not available in the commercial marketplace. This effort is anticipated to be on an Other Than Full and Open Competition, Sole Source basis in accordance with Federal Acquisition Regulation (FAR) 6.302-1. The Government intends to solicit and award a Firm Fixed Price (FFP) contract over an estimated 60 month period of performance. The Government desires that the vendor(s) maintain an office with technical, logistics and contracting personnel in the Huntsville, AL vicinity. The Government desires that all software and hardware have, at a minimum, Government Purpose Rights (GPR). The Government does not own a complete Technical Data Package (TDP) for the T700 series engine, including system/subsystem drawings, tooling drawings, software source code or models and simulations. The vendor(s) response should address capabilities and level of technical knowledge of the T700 series engine. Sources Sought Requirements - Description of Information Requested 1. Provide company information including: a. Company name and address. b. Size of company (number of personnel, total revenue, ownership, CAGE Code, Parent Corporation, etc.). c. Point(s) of contact including name, phone number, address, and email and length of time in business. d. Geographic presence. 2. Describe your organization's experience with similar efforts. 3. Address how to ensure an adequately experienced and trained staff, your process for verifying qualifications, education, certification, and professional requirements and how often this information is obtained or updated. 4. Describe how your organization would support the complete lifecycle of the T700 series engine in the following areas: a. TDP availability b. System Safety c. Product Integration d. Inherent system performance and suitability e. ILS and associated documentation f. Facilities and personnel resources g. Flight Operations (if applicable) And specifically with respect to capabilities to support the following areas: · Root cause analysis of emerging issues with fielded engine components and development of design, doctrinal and/or maintenance solutions to address these issues. · Development of Failure Modes and Effect Analyses (FMEAs) for newly identified failure modes and for replacement or redesigned components to support the System Safety Management Process. · Logistics support to activities including provisioning, configuration control, and integration of the engine into both the H-60 and H-64 aircraft, updates to technical drawings, updates to technical manuals, modification work orders, depot maintenance work requirements, and safety messages to the field. · Fully trained and qualified on the T700 Engines and physically capable of performing assignments in CONUS and OCONUS areas to include combat and classified mission areas. · Obtaining GE developed continuous training which includes the latest information on equipment modifications and engineering changes approved by the Government on equipment supported. · Knowledgeable use of common /peculiar hand tools, special tools, test equipment, Test Measurement Diagnostic Equipment (TMDE), and associated support equipment required to enable fault isolation and repair of the T700 Series engine. · Development of revised acceptance test procedures (ATPs) in support of screening for newly discovered failure modes or replacement/redesigned components. · Assessment of process capability and variability for certain T700 series engine parameters (i.e., production T4.5 margin, specific fuel consumption). · Ensuring that all quality escapes are promptly reported and assessed for impact. · Notification of impending obsolescence issues and development of recommendations for addressing impacts. · Authorization to fly on military aircraft as a passenger or technical observer to trouble-shoot and isolate faults of the T700 series engine. 5. Provide recommendations on benchmark skills or criteria used to evaluate quality analysis, including analytic tools and writing techniques. 6. Identify conditions or issues requested in the Sources Sought that cannot be met or may interfere with the intention of this project. 7. Provide any other pertinent information that will assist us in this assessment. This is NOT an Invitation for Bids, Request for Proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information from industry vendors regarding their interest, capabilities, and recommendations in developing proposals for the ATE, Program Executive Office, Aviation (PEO Aviation). SERVICE DISABLED VETERAN OWNED SMALL BUSINESSES ARE ENCOURAGED TO RESPOND. I nc l ude whether or not you are a small bus i nes s ; HUB-Zone Small Business; Service-Disabled Veteran Owne d, Veteran-Owned Small Businesses; Women-Owned Small Business; or Small Disadvantaged Business i n order to assist the Government i n determining the appropriate acquisition method, i ncluding whether a set-aside is possible. Electronic transmissions must not exceed 5 megabytes and responses in the form of white papers should be limited to 25 pages in length and may include technical specifications and product sheets as deemed necessary. All material submitted in response to this Sources Sought must be unclassified. All interested firms with capabilities identified herein are encouraged to respond to this 15 days after the Sources Sought is posted. All responses must be emailed to Lakendra Hogg at lakendra.c.hogg.civ@mail.mil or Shirley Ross at shirley.b.ross2.civ@mail.mil. If there are any questions concerning this opportunity, please contact the above persons at the emails provided.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/dde60848ff43e98562ad95515d34d284)
 
Record
SN04915197-W 20180510/180508231302-dde60848ff43e98562ad95515d34d284 (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.