Federal Bid

Last Updated on 06 Jan 2015 at 11 AM
Sources Sought
Force Pennsylvania

T56-A-15A Series 3.5 Modification Kits and Module Installation - Request For Information

Solicitation ID FA8121-15-RR_T56_35
Posted Date 20 Nov 2014 at 8 PM
Archive Date 06 Jan 2015 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Pk/Pz Tinker Afb
Agency Department Of Defense
Location Force Pennsylvania United states
T56-A-15A SERIES 3.5 REQUEST FOR INFORMATION (RFI) - NOV 2014


THIS IS A REQUEST FOR INFORMATION (RFI) ONLY.
This RFI is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. Further, the Air Force is not at this time seeking proposals and will not accept unsolicited proposals. Respondees are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party's expense. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website. It is the responsibility of potential offerors to monitor these sites for additional information pertaining to this requirement.

PURPOSE

The United States Air Force Life Cycle Management Center/Propulsion Directorate/ Propulsion Sustainment Division/ Specialty Engines Branch/ (AFLCMC/LPSC) at Tinker AFB, OK is requesting information pursuant to FAR Part 10 in support of Market Research to identify potential sources to furnish T56-A-15A (Series 3.5) Modification Kits and an Air Force approved T56 depot overhaul source to install mod kits into Rolls-Royce (RR) T56-A-15 Engines. 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 Pre-solicitation Conference. The Government does not have the associated technical data to provide to potential sources. No qualification requirements or Technical Orders exist. Consequently, potential sources for this effort typically would be companies who have a license or agreement with the OEM Rolls-Royce Cooperation, Cage 63005 to complete the work described below.

PROGRAM DESCRIPTION

The United States Air National Guard (ANG) has proposed modification of two (2) C-130H Aircraft with modified engines (Rolls-Royce T56-A-15A Series 3.5), new 8 blade propeller (NP2000) and an Electronic Propeller Control System (EPCS), for the purpose of evaluating performance using the modified engine, new propeller and EPCS over approximately a two year period.

The purpose of this notice is to identify qualified companies capable of completing an engine modification on twelve (12) T56-A-15 Series 3.0 engines. This engine modification will include the incorporation of Rolls-Royce T56-A-15A Series 3.5 upgrade kits into Government furnished T56-A-15 Engine Compressor and Turbine Modules.

The contractor shall provide all parts for the T56-A-15A Series 3.5 upgrade and labor to install the twelve (12) T56-A-15A Series 3.5 serviceable upgrade kits at the module level. Additionally, the contractor shall perform modification of any required existing components to allow for installation of the new upgrade kits into the Compressor and Turbine Modules. The contractor shall be responsible for the disassembly of serviceable overhauled government furnished equipment /modules, installation of Mod Kits, modification of components to T56-A-15A configuration, reassembly, and testing of the newly modified T56-A-15A Series 3.5 engines.

The contractor shall perform Validation /Verification (Val/Ver) of T56-A-15A Series 3.5 Air Force Depot-Level Technical Orders for module assembly, disassembly and parts inspection.

The contractor shall perform Val/Ver of T56-A-15A Series 3.5 Time Compliance Tech Orders for installation of modified modules, and Air Force Intermediate Maintenance Technical Orders for disassembly, inspection and test of T56-A-15A engines at the field level.

The contractor shall provide for Rolls-Royce on-site engineering/technical support during all depot and field level Technical Order Val/Vers, and to support the ANG T56-A-15A evaluation program. Field Service Representative technical support to the ANG T56-A-15A Series 3.5 organizational and intermediate maintenance facilities will be provided on request for the duration of the evaluation program.

Contractor shall provide for on-site field and depot level T56-A-15A engine familiarization training.

The contractor shall provide special tools and facilities to incorporate T56-A-15A Series 3.5 upgrades, and install the OEM certified Series 3.5 Upgrade Kits.

The contractor shall provide required reporting of maintenance actions in Comprehensive Engine Management System and per any required Contractor Data Requirements Lists for data collection, engineering analysis, quality purposes, etc.

SUBMISSION OF RESPONSES

ALL RESPONSES SHALL BE SUBMITTED IN WRITING VIA EMAIL Responses to this RFI should be submitted using MS Word Arial size 12 point font. All business information and capability statement packages are required to be submitted by 4:00 PM Central Standard Time (CST) on December 22, 2014 via email to [email protected] and [email protected]. Oral communications are not acceptable in response to this notice. Capability statement packages will be evaluated solely for the purpose of determining the availability and adequacy of potential sources prior to determining an acquisition and contract strategy.

Please limit responses to 20 pages written and/or 20 MS PowerPoint slides. Responses to all or part of the above RFI will be accepted. Proprietary information shall be clearly marked. The Government will NOT be responsible for any proprietary information not clearly marked. Responses to the RFI SHALL include the following:

Submitter's Name
Street Address, City, State, NINE-Digit zip code
Point of Contact (POC)
POC Telephone and facsimile numbers.

Responses from Small and Small Disadvantaged Business firms are highly encouraged. Firms responding should indicate if they are a Large Business, Small Business, Small Disadvantaged Business 8(a), Service-Disables Veteran-Owned Small Business, Hubzone Business, and Women-Owned Small Business. Responses received after Dec 22, 2014 will not be considered in the government's analysis. We may contact RFI respondents to get clarification on the information submitted.

GENERAL COMPANY INFORMATION

Please provide the following business information for your company and for any teaming or joint venture partners:

1. Company Name and Full Mailing Address

2. CAGE Code

3. DUNS Number

4. Point of Contact(s)

5. Phone/Fax Number(s)

6. Email Addresses

7. Web page URL

8. Size of Business (i.e. Large/Small Business, Small Disadvantaged Business, 8(a) Concern, Minority-Owned Business) Size relative to NAICS Code 336412 - Aircraft Engine and Engine Parts Manufacturing (Small Business Size Standard 1,000 employees or less)

9. If a large business, relative to NAICS Code 336412, submit the reasonable expectation of subcontracting opportunities for small business concern(s) to provide materials, parts and/or services in support of your capabilities statement to overhaul the Rolls-Royce T56-A-15 engines

10. U.S. or Foreign Owned Entity

SPECIFIC RFI QUESTIONS

1. Indicate whether your interest in this is as a prime contractor or as a subcontractor.

2. Capability statement packages must provide the following information:

a. Documentation that your company has the ability to perform an overhaul, provide and install all Series 3.5enhancements, and provide and install the Series 3.5 Upgrade Kit for the Rolls-Royce T56-A-15 engine in accordance with the manufacturer's manual.

b. Documentation that your company has an FAA Repair Station Certificate for Rolls-Royce T56-A-15 engine.

c. Documentation of your companies ISO 9000:2001 or higher versions certification.

3. Indicate if your company facilities for repair and testing are owned by the company, or leased. If leased, provide leasing information to include terms /arrangements and expiration of lease.

4. Indicate if your company is a Rolls-Royce Authorized Maintenance Center.
5. Past performance information regarding contracts which are similar in scope for which you participated as either a Prime (P) or Sub (S) contractor. Submit at least three (3) past performance references. Include the following information for each reference:
a. Company name
b. Full Mailing Address
c. Contact person's name, phone number and email address
d. Description of work performed
e. Dollar amount
f. Prime (P) or Sub (S)
g. Type of Contract (i.e. Firm-Fixed-Price (FFP); Cost Plus; etc
i. Contract number and expiration date along with current status

DISCLAIMERS AND IMPORTANT NOTES

THIS IS A REQUEST FOR INFORMATION (RFI) ONLY to identify sources that can provide T56-A-15A (Series 3.5) Modification Kits and an Air Force approved T56 depot overhaul source to install mod kits into Rolls-Royce (RR) T56-A-15 Engines. The information provided in the RFI is subject to change and is not binding on the Government. The Air Force has not made a commitment to procure any of the items discussed, and release of this RFI should 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 U.S. Government and will not be returned. Respondents are advised that the Air Force 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. Response to the RFI is strictly voluntary. Submissions may be reviewed by the Government personnel and support contractors to the Government.

Bid Protests Not Available