Federal Bid

Last Updated on 24 Nov 2016 at 9 AM
Sources Sought
Location Unknown

T56 Engine Repair (Series 3.0 & 3.5)

Solicitation ID T56_Engine_Repair
Posted Date 19 Oct 2016 at 4 PM
Archive Date 24 Nov 2016 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 United states
 

T56 Series 3.0 and Series 3.5 Request for Information (RFI)

 

This is a Request for Information (RFI) only, which, as part of market research, is being issued in accordance with (IAW) Federal Acquisition Regulation (FAR) subpart 15.201(e).  This is not a solicitation/request for proposal and no contract shall be resultant from this synopsis.  The T56 Program Office (AFLCMC/LPSCB) located at Tinker AFB, OK is seeking to identify potential vendors and gain market insight for future T56 module and component depot-maintenance requirements across FY18-25 for both T56 Series 3.0 and 3.5 configurations.  T56 workload processes include manufacture/repair/overhaul, logistics, and supply chain management support for United States Air Force (USAF), Navy (USN), and Coast Guard (USCG). 

 

Description of services -

The Rolls Royce T56 engine is a single spool, constant speed (rpm), gas turbine power section connected to a reduction gear assembly by a torque meter shaft and a supporting structure.  The Air Force Program Management Office (PMO) is located at Tinker AFB.  Air Mobility Command is the lead Major Command (MAJCOM) while five other MAJCOMs also fly the T56 engine.  T56 engines are inspected and repaired at various intermediate and organizational level facilities throughout the world.  Depot-maintenence level workload includes the technical, logistics management, and overhaul and repair requirements for the return of unserviceable T56 Series 3.0 and 3.5 module and components to a serviceable condition utilizing applicable Government T56 Technical Orders. 

A listing of anticipated Best Estimated Quantities (BEQs) is provided at Attachment 1 to this RFI to obtain contractor responses regarding the RFI questions outlined in later paragraphs below. BEQs are not guaranteed quantities for repair, but are merely the best estimated quantities forecasted at time of RFI.   Quantities may increase and / or decrease over time.

It is the USAF's intent to establish Competitive FAR 15 ID/IQ Firm Fixed Prices for the proposed BEQs workload items.

All responsible sources interested in providing services for this requirement are requested to provide a written summary of information concerning their technical certifications, capabilities, experience (current services or contracts - to include points of contact and telephone numbers) and corporate background. Interested parties should provide a description of potential approaches for Government review no later than 9:00 a.m. CST, 15 business days from RFI issuance.  NO telephone calls will be accepted.  Information provided per this synopsis must indicate in writing, whether they are a large, small, disadvantaged, or a woman owned business.  This acquisition will fall under NAICS 336412 and its applicable size standard of 1,500 employees or less for small business designation.  The PSC code for these requirements is J028.  Responses shall be limited to 20 pages or less and a typographical font of Arial or Times New Roman size 12.  All responses and questions should be forwarded to the attention of the Contracting Officer, Ms. Gayle Little, AFLCMC/LPSK, Tinker AFB, OK 73145 via email to: [email protected].


Any information submitted by respondents to this RFI is strictly voluntary.  This RFI does not constitute a Request For Proposal (RFP) or an Invitation for Bids, nor does its issuance restrict the Government's ultimate acquisition approach. The Government will not award a contract solely on the basis of this notice, nor pay for any information that is submitted by respondents to this RFI.


1)   
What T56 work is currently done by your company?  

a.   
Whole engines

b.   
Component parts

c.   
For whom?

2)   
Does your company have Quick Engine Change (QEC) Kit and Engine Test Cell capabilities for the T56 engine?  Where is your QEC and test cell work accomplished? 

3)   
Does your company have all equipment necessary to overhaul and/or repair T56 end items? 

a.   
If not, what equipment is your company lacking?

b.   
Does another company overhaul and/or repair T56 end items for your company and if so,

i.   
Who does the sub-contracted repairs?

ii.   
Where is the work performed?

i
ii.    What engine variants or components are overhauled and/or repaired?

iv.   
What is the percentage of workload performed on the end items by the subcontractor?

4)   
Is there any T56 specific workload currently performed by your company? 

a.   
If not, what difficulties might be anticipated to obtain T56 specific overhaul and/or repair capabilities?

b.   
Is your company aware of the T56 Repair Qualification Requirements and Source Approval Request (SAR) process?

c
.    Does your company understand that an approved SAR package is required to be an eligible awardee of T56 workload?

d.   
Does your company have a SAR package approval?

e.   
Does your company plan to submit a SAR package?

5)   
What quantity of T56 work is currently performed per month by your company or any sub-contractors for your company?   Please specify either a "C" for your company or with a "S" for any sub-contractors, or with a "B" for both company and sub-contractors work arrangements for the response categories below in Question 5.

a.   
Whole engines

b.   
Specific modules and component parts

6)   
What is your company's maximum monthly production capacity and are you currently at max capacity?

a.   
If not, how much extra capacity is possible (per month)?

i.   
T56 Modules and component parts?

b.   
If so, could your company increase capacity?

i.   
Would it require more manpower?

ii.   
Would it require more equipment/tooling?

iii.   
Would it require more facility space?
iv.    Would it require more training?

c.   
How long would it take to increase capacity?

d.   
Would capacity increases involve contractual actions with sub-contractors?

e
.    Does your company have capacity for the T56 BEQ requirements projected?  If not, why?

7)   
Does your company use Government Furnished Material (GFM) and / or Contractor Furnished Material (CFM) for your T56 workload

8)   
What type of quality standards does your company have in place?  (Example ISO 9001, AS9100 etc.).

9)   
Is your company a Rolls-Royce AMC or AMOF?

10)
 Is your company U.S. owned and based or foreign owned and based?

11)
 Do you employ U.S. Nationals capable of obtaining Government security background checks for Government CAC Card and System access for reporting requirements of T56 Maintenance data such as Comprehensive Engine Management System (CEMS) data?

12)
 Does your company own your own maintenance facilities?

a.   
Is your facility leased and if so, whom is the lease with and where and when does the lease expire?

b.   
Does your company own multiple facilities capable for T56 workload and if so, where are the facilities located?

13)
 Has your company had past experience in reporting engine workload via Government systems such as CAV-AF, CEMs, JDRS?

14)
 Will establishing quantity ranges for pricing the BEQs provide efficiencies/economies of scale that will enable lower prices to be established?  Please explain your answer.

15)
 Will the use of quantity ranges regarding the BEQs reduce vendor risk in proposing Firm Fixed Prices for the stated quantity ranges?  Explain why or why not?

16)
 Does the use of quantity ranges regarding the BEQs impact whether you would propose on this effort in the future?  Explain your response.

17)
 Are there any unintended consequences/complexities by using BEQ quantity ranges?  (For example administration, invoicing, etc....)  Please explain your response.

18)
 Are there any CLINs for which you would like to see quantity ranges established?  If so, please explain your answer.

19)
 For any workload you are interested in performing provide a brief summary of your company's experience and past performance within the past three years as a prime contractor as it relates to the magnitude of this anticipated requirement and/or the portion of the work you identified as having the potential to be partially set-aside.

20)
 Do you have any other thoughts or suggestions on ways to increase Small Business participation in this requirement...incentives, goals, etc.?

21)
 Does your company have the skilled manning to perform T56 workload requirements?

a.   
Does manning already exist?

b.   
Would your company have to hire people to perform the requirements?

22)
 Is your company and / or your sub-contractors FAA Part 145 certified?

23)
 If your facilities are located outside the United States, do you have any issues/concerns with Custom requirements, export licenses etc.?

a.  What actions if any can be taken to lessen any impacts?

b.  What actions if any can be taken to lessen shipping times?

24) If your company currently performs, or your subcontractor performs any T56 requirements today, what are the average turn-times / flow days from receipt of asset to sale of asset?

a.  Engines?

b.  Components?

c. Test cell support?

25) Does your company and / or your sub-contractors have Government PKI access and security checks for access to required government systems?

26) If your company and / or your sub-contractors are located outside the continental United States, do you possess all necessary export and custom requirements to effectively package, ship, and transport T56 end items?

27) If your company is located in Canada, are you aware you must submit your proposal through the Canadian Commercial Corporation

28) Would your company bid on the T56 workload requirements?
 

29) Are there any other comments or considerations you would like us to be aware of?

 

 

 

Bid Protests Not Available