Acquisition Sustainment Program Integration of RRC Engines (ASPIRE) Phase I

expired opportunity(Expired)
From: Federal Government(Federal)
FD2030-18-30001

Basic Details

started - 20 Apr, 2017 (about 7 years ago)

Start Date

20 Apr, 2017 (about 7 years ago)
due - 10 May, 2017 (about 7 years ago)

Due Date

10 May, 2017 (about 7 years ago)
Bid Notification

Type

Bid Notification
FD2030-18-30001

Identifier

FD2030-18-30001
Department of the Air Force

Customer / Agency

Department of the Air Force
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

 INSTRUCTIONS: 1. The document(s) below contain a description of the ASPIRE Phase I AE 3007H Engine Sustainment requirement and a Contractor Capability Survey. The Survey allows Contractors to provide their company's capability and respond to the attached Performance Work Statement and proposed CLIN structure.2. A sole source Justification & Approval (J&A) for this requirement is currently in coordination with SAF/AQC and requires final approval by SAF/AQ prior to formal solicitation. This Request for Information is being issued for informational and planning purposes only and does not constitute a Government obligation to award any contract. No funds are available to fund the information requested. The information in this notice is current as of the publication date but is subject to change and is not binding to the Government. This is not a Request for Proposal (or solicitation) or an indication that a contractual commitment will exist for this requirement. The government does not
intend to award a contract directly on the basis of this market research.3. Questions relative to this market survey should be addressed to requiring activity.Request for Information Acquisition Sustainment Program Integration of RRC Engines (ASPIRE) Phase I AE 3007H Engine Sustainment - Public/Private Partnership (PPP) with OC-ALC for Whole Engine Maintenance, Repair, and Overhaul (MRO) This Request for Information (RFI) is in support of Market Research being conducted by the United States Air Force to survey a potential source capable of executing an existing partnership agreement (PA) with Oklahoma City Air Logistics Complex (OC-ALC) organic depot facility for the sustainment of the AE 3007H engine used in the USAF Global Hawk (GH) and USN Triton aircraft. This contract will include a variety of maintenance, overhaul, repair, supply chain management and related support efforts IAW the attached Performance Work Statement (PWS). There is justification and approval (J&A) for sole source award of this requirement to the original equipment manufacturer (OEM) currently being reviewed for approval by the Secretary of the Air Force for Acquisition Contracting (SAF/AQC) and the Secretary of the Air Force for Acquisition (SAF/AQ). These supplies and services are in the form of support and sustainment activities required for the maintenance, repair, and overhaul (MRO) of the AE3007H engine system, subsystems, and components that are proprietary to the engine's original equipment manufacturer. These services include engine depot operations, overhauls and repairs, material management, sustaining engineering, program management, specialized repair of line replaceable units, and technical data. Additional services may include identification of requirements, development and delivery of training, training materials, testing parameters, test procedures, source data (Part Number, Reliability, etc.), repair and maintenance manuals, peculiar support equipment (PSE), special tooling (ST) and other resources necessary to establish and operate a depot maintenance facility at OC-ALC. There are no known corporate contracts that support AE3007H propulsion peculiar items. The RQ-4B GH and MQ-4C Triton Unmanned Aerial Systems provide high altitude, long endurance intelligence, surveillance, and reconnaissance capabilities for joint forces worldwide. GH originated from a Defense Advanced Research Projects Agency (DARPA) project and entered the United States Air Force (USAF) acquisition cycle as an Advanced Concept Technology Demonstrator (ACTD). Triton is a variation of the GH capable of providing broad-area maritime surveillance. Both aircraft utilize the RRC AE3007H engine for propulsion of the air vehicle. The AE3007H is based on RRC's commercial fleet ofAE3007 engines and is part of what is called their "AE Family of Engines". The initial acquisition and sustainment strategy for the AE3007H engine was Contractor Logistics Support (CLS) for the life of the weapon system. As such, data was only procured to support organizational maintenance under the 2- Level Maintenance concept. No depot-type maintenance data has been procured to support the AE3007H engine. The proposed contract is a "logical progression," e.g., a continuation of work already in progress. This is not a Request for Proposal (or solicitation) or an indication that a contractual commitment will exist for this requirement. The government does not intend to award a contract on the basis of this market research.  No funds are currently available to fund the information solicited.  The Government will use this information to establish an initial baseline of potential future workload and levels of repair pertinent to the MRO of the AE 3007H engine, to help identify current and future commercial capability gaps the Government must eventually be prepared to resolve, and to identify areas for both quality and cost-saving initiatives. This information may also be used to determine the best future acquisition strategy for potential procurements, inclusive of the need to do an Industry Day and/or Pre-solicitation Conference.  As this RFI is for market research of capabilities only, there are no technical data, qualification requirements or Technical Orders to provide.   The Government requests only that interested parties respond to this notice in writing using the attached instructions and spreadsheet (RFI Capabilities Matrix) in regards to whole engine sustainment. In addition, the contractor shall indicate their capabilities in regard to being responsible for supply chain management, logistics, forecasting of parts, long-lead parts procurement, reparable forecasting, obsolescence issues and delivery of serviceable assets.   Please e-mail your response with completed matrix capabilities, perspective and interest to the following address: casey.ketner@us.af.mil.  This RFI is issued solely for informational and planning purposes.  No funds are available to fund the information requested.  The information in this notice is current as of the publication date but is subject to change and is not binding to the Government.  Oral submissions of information are not acceptable.   Contractors/Institutions responding to this market research are placed on notice that participation in this survey may not ensure participation in future solicitations or contract awards.  The government will not reimburse participants for any expenses associated with their participation in this survey. This RFI will be posted for 20 days. All responses must be received no later than close of business on 10 May 2016. Provide any recommendations and/or concerns. Responses and/or questions to this synopsis will be posted through FBO.  Respond (along with the requested information) directly to:  casey.ketner@us.af.mil     Attachments: 1) ASPIRE AE 3007H Engine Sustainment Performance Work Statement2) ASPIRE AE 3007H Engine Sustainment Proposed CLIN Structure3) RFI Contractor Capability Statement for ASPIRE Phase 1 AE 3007H Engine Sustainment   Contact Information: Casey S Ketner, CONTRACTING OFFICER, Phone 4057346644, Email casey.ketner@us.af.mil - Jennifer L. Russ, LPK TEAM LEAD, Phone 405-739-4135, Email jennifer.russ@us.af.mil Office Address :3001 Staff Drive, Ste 1AG76A Tinker AFB OK 73145-3015 Location: PK/PZ Tinker AFB Set Aside: N/A

TINKER AIR FORCE BASE OC-ALC F137 DEPOTOKLAHOMA CITY, OKLocation

Address: TINKER AIR FORCE BASE OC-ALC F137 DEPOTOKLAHOMA CITY, OK

Country : United StatesState : Oklahoma

You may also like

US Media Planning and Buying Services (Pre-Qualification - Phase I)

Due: 22 May, 2024 (in 19 days)Agency: Cayman Islands Government

DEVELOPMENT AND SUSTAINMENT OF MARKETING AND RECRUITMENT PROGRAM FOR CLINICAL RESEARCH STUDY

Due: 30 Jun, 2024 (in 1 month)Agency: VETERANS AFFAIRS, DEPARTMENT OF

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

NAISC: 336412 GSA CLASS CODE: J