The RFP Database
New business relationships start here

KC/KDC-10 Engineering Sustainment Services


Oklahoma, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

KC/KDC-10 Engineering Sustainment Services

CAUTION:


INTERESTED SOURCES MUST SELECT "ADD ME TO INTERESTED VENDORS" BUTTON ABOVE OR BELOW TO BE CONSIDERED PARTICIPANTS IN THIS MARKET RESEARCH EFFORT BY THE "CLOSING DATE" OF THIS NOTICE.

THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE.

This Sources Sought Synopsis is in support of market research being conducted by the United States Air Force (USAF) to identify capable potential sources that may possess the expertise, capabilities, and experience for engineering support. The USAF, through the Air Force Life Cycle Management Center (AFLCMC) is conducting market research to identify potential business sources interested in providing KC/KDC-10 fleet support through sustaining engineering services in support of FAA certified commercial derivative aircraft manufactured by The Boeing Company. The level of security clearance and amount of foreign participation in this requirement has not been determined. 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 as this survey is for planning purposes and may not result in a solicitation or contract. The government will not reimburse participants for any expenses associated with their participation in this survey.


INSTRUCTIONS:


1. This document contains a description of the KC/KDC-10 sustaining engineering services and a Contractor Capability Survey, which allows you to provide your company's capability.


2. If, after reviewing these documents, you desire to participate in the market research, you should provide documentation that supports your company's capability in meeting these requirements. Failure to provide documentation may result in the government being unable to adequately assess your capabilities. If you lack sufficient experience in a particular area, please provide details explaining how you would overcome the lack of experience/capabilities in order to perform that portion of the requirement (i.e., teaming, subcontracting, etc.).


3. Identify any areas of work that your organization believes should be broken out exclusively for Small Business.


4. Both large and small businesses are encouraged to participate in this Market Research. Joint ventures or teaming arrangements are encouraged. All submissions will be reviewed IAW FAR Part 19 procedures.


Questions relative to this market survey should be addressed to:
Mr. Chris Matthews
christopher.matthews.22@us.af.mil
Ph#: (405) 734-8587
AFLCMC/WKK
Building 3001, 3001 Staff Drive, STE 2AG 84A
Tinker AFB, Oklahoma 73145-3001


KC/KDC-10 Engineering Sustainment Services


PURPOSE/DESCRIPTION


The KC/KDC-10 requires an Engineering Sustainment and Support contract. Both "Recurring" and "Non-Recurring" services in support of the task requirements. The "Recurring" service will involve continuous Contractor action and will not require additional contractual authorization or tasks for accomplishment, except as provided in section 3.0 of the attached DRAFT PWS. The "Non-Recurring" service will be accomplished only upon specific requests of the Procurement Contracting Officer (PCO) and issued as Engineering Assignments (EAs) against the contract. The contractor shall have the ability to leverage on-going, planned or future developments that could contribute to reducing total lifecycle cost and risk to the program. The Contractor shall provide personnel who are capable of effectively communicating with the government. The Contractor shall provide the resources to accomplish the requirements of this contract. Resources will include, as a minimum, Contractor developed proprietary design data, modification data, production data and personnel with special skills such as aerodynamics, structural and electrical design, stress analysis, corrosion, engines, maintenance planning, non-destructive inspection, technical writing and FAA-Designated Engineering Representatives (DERs) and FAA-Authorized Representatives (ARs). The Contractor's main business location for the recurring effort shall be in the local vicinity of Tinker AFB. The location for non-recurring efforts will be dependent on the skills and resources required for each EA; however, local vicinity personnel shall have the project engineering responsibility for each EA. Projected time-line for KC/KDC-10 sustainment activities are from 1 Jan 2020 through 30 Jun 2026.


CONTRACTOR CAPABILITY SURVEY


KC/KDC-10 Engineering Sustainment Services


Part I. Business Information


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


• Company/Institute Name:
• Address:
• Point of Contact:
• CAGE Code:
• Phone Number:
• E-mail Address:
• Web Page URL:
• Size of business pursuant to North American Industry Classification System (NAICS)  Code: 541330
• Size Standard: $38.5M
Based on the above NAICS Code, state whether your company is:
• Small Business (Yes / No)
• Woman Owned Small Business (Yes / No)
• Small Disadvantaged Business (Yes / No)
• 8(a) Certified (Yes / No)
• HUBZone Certified (Yes / No)
• Veteran Owned Small Business (Yes / No)
• Service Disabled Veteran Small Business (Yes / No)
• Central Contractor Registration (CCR). (Yes / No)
• System for Award Management (SAM) (Yes / No)
• A statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership).


Is your company interested in possible subcontracting opportunities? If so please describe in detail what part or parts of this requirement that your company is capable of or interested in performing.


All responses should be sent via email and/or postal mail. Responses must be received no later than close of business: 20 July 2018. Email Responses to: Mr. Chris Matthews, Christopher.Matthews.22@us.af.mil. Please mail two (2) copies of your response to:


Mr. Chris Matthews
AFLCMC/WKK
Building 3001, 3001 Staff Drive, STE 2AG 84A
Tinker AFB, Oklahoma 73145-3001
Questions relative to this market survey should be addressed to: Mr. Chris Matthews Christopher.Matthews.22@us.af.mil Ph#: (405) 734-8587.


Part II. Capability Survey Questions


A. General Capability Questions:



1. Describe briefly the capabilities of your facility and the nature of the goods and/or services you provide. Include a description of your staff composition and management structure.


2. Describe your company's past experience on previous projects similar in complexity to this requirement. Include contract numbers, a brief description of the work performed, period of performance, agency/organization supported, and individual point of contact (Contracting Officer or Program Manager).


3. What quality assurance processes and test qualification practices does your company employ? Please provide a description of your quality program (ISO 9001, AS9100, etc.)


4. Describe your company's capabilities for generating, handling, processing and storing classified material and data.


5. Describe your company's capabilities and experience in generating technical data, engineering drawings and manuals. Identify what software programs are utilized to generate these data products and what formats are available for delivered items.


6. What is your company's current maximum production capacity per month? Provide information on any facility reserves you may possess to increase production capacity in the event of an immediate need do to critical operational mission requirements.


7. Are there specific requirements in the documentation that we provide that would currently preclude your product from being a viable solution to our requirement?


8. Include a detailed listing of facilities and equipment, including quantities, required to satisfy the requirements of this effort.
a. Provide an outline of the proposed process, including inspections.



B. Hardware Production Questions:


1. Describe your capability and experiences in the manufacturing/fabrication of components.



C. Software Development Questions:


1. Is your company's software development processes certified? If so what level of certification have you achieved.


2. Describe your capabilities and experience in managing software development projects, including subcontractor involvement. Include any experience in project planning, work breakdown structures, resource allocations, schedule tracking, risk analysis and cost management.



D. Repair Questions:


1. Describe your capabilities and experience in modifying existing systems/equipment (hardware and software) to solve maintenance and support problems in the depot environment.


2. Describe your capabilities and experience in developing/modifying repair or maintenance procedures. Include associated upgrade of technical orders and preparation of new technical orders.


3. Describe your configuration management processes and how you identify and resolve parts obsolescence and diminishing manufacturing sources problems?


4. Describe your process for maintaining inventory records and reporting on hand/in work balances and repair status to your customer.


E. Commerciality Questions:


1. Are there established catalog or market prices for our requirement? If you offer this product and/or service to both U.S. Government and commercial sources, is the same workforce used for both the U.S. Government and general public? Is our requirement offered to both under similar terms and conditions? Briefly describe any differences.


2. Describe your standard warranty and return process for goods and services furnished to the government for items similar in nature to this requirement.


F. Services Questions


1. Describe your services capabilities and experience with regard to the requirements of this effort.


2. Describe your capabilities and experience in developing/modifying procedures. Include associated upgrade of technical orders and preparation of new technical orders.


3. Demonstrate your ability and experience for the same or similar services, which are currently provided in the commercial and/or military environment by providing the following information on the same or similar items:
a) Contract Number
b) Procuring Agency
c) Contract Value
d) Services Provided


4. Describe your capabilities and experience in any required test, evaluation, and repair processes/procedures with regard to the required items.


5. Describe how you/your organization will identify and resolve parts obsolescence and diminishing manufacturing sources problems?


6. Discuss your process for addressing any fit, form, and or function issues that may arise out of the requirements of this effort.


7. Describe your process for maintaining inventory records and reporting on hand/work-in-process balance and manufacturing status to your customer as required.


8. How will your organization address the absence of drawings, specifications, technical data, test procedures, etc.


9. If your company can not perform the entirety of the requirement what part could or would your company be able to perform. Provide specific info on what could be broken out for your company's performance.


G. Contract Strategy Development

1. USAF has historically utilized long term contracts that are structured as Indefinite Demand Indefinite Quantity (IDIQ) and Requirements strategies. From your company's experiences, can you provide your company's understanding of each strategy to include a preference of the different strategies?

2. USAF has historically utilized long term contract strategies that have a base period of performance with either Option Years or Award Term years. From your company's experiences, can you provide your company's understanding of each strategy to include a preference of the different strategies?

3. USAF utilizes DCMA Quality Assurance Representatives (QAR) for production/remanufacture/repair contracting efforts. Can you provide your experiences with DCMA QARs? Do you have a DCMA QAR in your local area or do you utilize a regional QAR?

The Government does not have the associated technical data to provide to potential sources. Consequently, potential sources for this effort typically would be companies who have a license or agreement with the Original Equipment Manufacturers to complete the work described IAW the attached DRAFT PWS. Additionally, contractors interested in responding may submit a capability statement to include the following information and/or documentation that demonstrate technical capability in the four (4) areas listed below. These areas are considered critical for achieving successful technical performance:


1. Qualified contractors are required to have proprietary information agreements with the Original Equipment Manufacturers for technical data interchange.

2. Qualified contractors are required to have in-depth knowledge of the KC/KDC-10 commercial derivative platforms.

3. Qualified contractors must possess the technical expertise, financial capability, equipment and infrastructure, and personnel resources that are required to accomplish recurring and non-recurring engineering services IAW with DRAFT PWS.

4. Qualified contractors are required to interpret and integrate OEM proprietary design data, modification data, production data and employ personnel with special skills such as aerodynamics, structural and electrical design, stress analysis, corrosion, engines, maintenance planning, non-destructive inspection, technical writing, and FAA Designated Engineering Representatives (DER).


ESTIMATED SOLICITATION INFORMATION


Estimated Solicitation Date: May 21, 2018
Estimated Solicitation Closing/Response Date: July 20, 2018


Disclaimer: This SSS is issued solely for informational and planning purposes. It does not constitute a solicitation (Request for Information, Request for Proposal, or Request for Quotation) or a promise to issue a solicitation in the future. The Government does not intend to award a contract on the basis of the information received at this event. The Government will not assume liability for costs incurred by an attendee or for travel expenses or marketing efforts; therefore, attendee cost in response to this notice is not considered an allowable direct charge to the Government. This forum is for informational and planning purposes only.

The information in this notice is based on current information as of the publication date. The information in this notice is subject to change and is not binding to the Government. If changes are made, updated information will be provided in future notices and will be posted on the Federal Business Opportunities website at www.fbo.gov. Responses to this SSS may or may not be returned. The contents of any future RFP take precedence over anything provided during this briefing and one-on-one sessions. Contractors not responding to this SSS will not be precluded from participation in any future solicitation.

Government Contracting Office Address and POC:
AFLCMC/WKK, Building 3001
3001 Staff Drive, STE 2AG 84A
Tinker AFB, Oklahoma 73145-3001
United States Primary Points of Contact Mr. Chris Matthews
Email: christopher.matthews.22@us.af.mil
Ph#: (405) 734-8587


 


Chris L. Matthews, Contracting Officer, Phone 405-734-8587, Email christopher.matthews.22@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP