15--Aircraft and Airframe Structural Components (№9109772)


Link to original

To view links to the source need to register

Publication date


18-07-2018

Description


15--Aircraft and Airframe Structural ComponentsSolicitation Number: FA8232-18-R-0001
Agency: Department of the Air Force
Office: Air Force Materiel Command
Location: AFLCMC / AFSC / AFNWC - HILL AFB

Solicitation Number: FA8232-18-R-0001

Notice Type: Award

Contract Award Date: July 17, 2018

Contract Award Number: FA8232-18-D-0001

Contract Award Dollar Amount: $403000000

Contractor Awarded DUNS: 086266947

Contractor Awardee: AERO-GLEN INTERNATIONAL, LLC1160 MUSTANG DR STE 300,DFW AIRPORT TX 75261

Synopsis: Added: Dec 16, 2016 12:00 pm

Draft Request for Proposal:


SOLICITATION NUMBER: NOTICE TYPE:



FA8232-18-R-0001 Service Life Extension Program Draft Request for Proposal



TITLE:



F-16 Block 40-52, C and D-model; F-16 Legacy Structural Service Life Extension Program (SLEP) Prime Kit Integrator Draft Request for Proposal


1. NOTICE: This is not a solicitation. The Government"s intent is to provide industry with updated information regarding the F-16 Legacy Structural SLEP Prime Kit Integrator contracting effort.


2. Program Overview: The F-16 SLEP intends to extend the structural service life of Block 40-52, C and D-Model F-16 aircraft by installing structural modifications onto the airplane between Fiscal Year 2019 and Fiscal Year 2026. The current requirement for the United States Air Force is to extend the service life of up to 300 aircraft; however, Foreign Military Sales (FMS) customers may also procure modification kits through this effort as well. As of the release of this Draft RFP, the Government is aware of the need for an additional 43 Block 52, D-Model SLEP kits for FMS. This brings the SLEP requirement to 343 kits.


The Government has determined that sufficient small business interest and capability exits to competitively award the kit integrator contract as a small business set-aside for "all" small business concerns (FAR Part 19.502-2), and the award can be made within reasonable fair market value (FAR Part 19.5).


3. Purpose of the Draft RPF: The purpose of this draft RFP is to provide industry with updated information regarding the F-16 Legacy Structural SLEP Prime Kit Integrator contracting effort.


Based on FAR 25.401(a), this small business set-aside acquisition prohibits foreign participation as the prime contractor.


The Government is considering a single IDIQ, 10-year, Firm Fixed Price contract award through a competitive Lowest Price Technically Acceptable (LPTA) source selection. Successful offerors must be evaluated as technically acceptable; have no unresolved unacceptable past performance; be evaluated to possess low to moderate program risk; and meet cost and pricing reasonableness, completeness, and submit a balanced proposal.


4. Applicable Small/Disadvantaged Businesses: The Government is interested in "all" Small Businesses to include 8(a); Service-Disabled Veteran Owned; HubZone; and Women-Owned Small Business.


a. This acquisition will utilize the Code of Federal Regulation size regulation CFR 121.406.


5. Requested Information: The Government does not require a response to this notification. However, at Industry Day, interested vendors should be prepared to discuss Government requirements and potential areas-of-concern, associated with this draft RFP, which could lead to unnecessary costs or increased program risks.


6. Additional Information: The Government intends to award the modification kit integrator contract under PSC: 1560 (Airframe Structural Components), and NAICS: 336413 (Other Aircraft Parts and Auxiliary Equipment Manufacturing).


Therefore, interested vendors must be cognizant of all applicable small business size requirements established by the Small Business Administration, as well as work performance requirements defined under FAR Part 52.219-14 for this contract. The Request for Proposal will require offerors to clearly identify how they meet these requirements to be considered for award, and to provide evidence of their small business status.


Due to the size of the updated Technical Data Package (TDP), interested parties must specifically request the TDP in accordance with paragraph 7. Please include your CAGE code and an individual"s email address. The Government will distribute the TDP via AMRDEC.


Tentative Schedule of Critical Events:


a. Industry Day (Small Business) TBD (Tentative late Jan/Feb 2017)


b. Release Formal RFP Sep 17 (Working to accelerate-Jun 17)


c. Proposals Due 45 days after RFP Release


d. Contract Award Jan 2018


Due to the extensive long-lead Aluminum-Lithium (Al-Li) manufacturing times, the program team intends to acquire the initial Al-Li requirement to support contract award, and deliver rolled plate (as Government Furnished Material) to the modification kit integrator awardee in an effort to expedite the manufacturing of the 16B6224-35, FS479 bulkheads.


The Government requires offerors to be "qualified manufacturing sources" at the time of Final RFP release, or to clearly identify (through a subcontractor plan) the use of qualified sources for manufacturing of Critical Safety Items and manufactured parts. Due to the time constraints of this contracting effort, the Government will not accept the risk to qualify manufacturing sources following contract award. Therefore, the SLEP team is currently working two initiatives to help small businesses become qualified manufacturing sources, and/or for them to identify and locate qualified sources to partner with.


1) The SLEP team will accept Source Approval Requests (SAR), in support of the modification kit integrator effort, "directly" to the engineering focal point ("not" through DLA). Once approved, the F-16 Engineering Support Authority (ESA) will work with DLA to update the qualified sources list. Please submit any questions or interest in this effort in accordance with paragraph 7 below.


2) The SLEP team is actively vetting the existing F-16 source qualification lists of SLEP critical safety items with each vendor. This task is not complete, however the current lists (with updates as we know them today) are included with this draft RFP. The goal is to reduce the time and expense required for small businesses to identify qualified sources and establish partnering relationships to support proposal development.



Draft Evaluation Factors:


Factor 1: Technical Acceptability (Acceptable / Unacceptable)


- Sub-factor 1: Technical Capability


o System/Design Engineering Knowledge Test (see examples below)


o Manufacturing Capability/Management


o Kitting Management


- Sub-Factor 2: Management Plan


o Oversight/Management of Sub-Contractors


o Quality Processes


o Delivery Schedule


o Internal Risk Self-Assessment


Factor 2: Past Performance (Acceptable / Unacceptable)


Factor 3: Cost/Pricing


- Completeness - Compliance w/ Section L&M


- Reasonableness - Achieved through competition


- Balanced - Significantly under or overstated CLIN(s)



Engineering Knowledge Test (Sample Questions):


Q1. What features or surfaces of 16D2700-671 (C model CSL) are specified for electrical bond per FPS-3024?


Q2. Identify which surfaces of 16D2700-671 (C model CSL) have no surface finish?


Q3. Define test requirements for 16K0623-11 (C model CSL).


Q4. Define FPS-3008, Class 2E marking requirements (FS341 bulkhead).


Q5. State 16B5250-485 critical characteristics (FS341 bulkhead). How often are these characteristics non-destructively inspected? Are there any exceptions?


Q6. Describe IUID labels for kit marking (all mods).


Q7. Define finish requirements for 16P1710-33 (FS341 bulkhead).


Q8. State the surface finish and tolerance requirements for 16L009-33 (FS341 bulkhead). What are the roundness requirements for diameter C?


7. Government Correspondence:

a. Please submit questions, comments, or information requests to Mr. Eric Dumpert at [email protected].



System/Design engineering will be evaluated based on responses to similar questions. This allows the Government to effectively evaluate a contractor"s ability to read, interpret, and understand F-16 drawing packages to effectively develop manufacturing models in support of this contract. These questions all address contractor knowledge of the Attach A, drawings, AL/PL, specs, drawing bullet interpretation, face of drawing interpretation, finish identification and interpretation, and knowledge of CSI management, test, markings and IUID.At this time, the Government is not in a position to release specific evaluation criteria for the source selection. This will be an agenda item for discussion during the Industry Day. However, we can inform interested parties on our higher-level strategy for evaluation factors. The Government will evaluate proposals through a full spectrum of knowledge tests; program and manufacturing planning; ability to meet delivery requirements; offeror"s internal risk assessments; acceptable past performance; Government site surveys; and cost/pricing proposals. Potential evaluation factors include: Added: Feb 06, 2017 2:13 pm Modified: Feb 24, 2017 10:12 am

Track Changes Answers to Small Business Q&A

No respones required Added: Feb 06, 2017 2:13 pm Modified: Jul 17, 2018 5:03 pm

Track Changes No Description Provided Added: Apr 10, 2017 12:23 pm

SOURCES SOUGHT SYNOPSIS:


SOLICITATION NUMBER: NOTICE TYPE:


FA8232-18-R-0001 Service Life Extension Program Request for Information


TITLE:


F-16 Block 40-52, C and D-model; F-16 Legacy Structural Service Life Extension Program (SLEP) Production Planning and Market Research


•1. NOTICE: This is not a solicitation, but rather a Request for Information (RFI) letter intended to clarify the engineering questions that is on the draft Request for Proposal (RFP) and will be on the final RFP, provide missing Technical Data Package (TDP) files, and reiterate that industry must ask for Economic Price Adjustment (EPA) clauses prior to RFP release.



•2. Program Overview: The F-16 SLEP intends to extend the structural service life of Block 40-52, C and D-Model F-16 aircraft by installing structural modifications onto the airplane between Fiscal Year 2019 and Fiscal Year 2026. The current requirement for the United States Air Force is to extend the service life of up to 300 aircraft; however, Foreign Military Sales (FMS) customers may also procure modification kits through this effort as well.



•3. Purpose of RFI: Clarification of engineering questions located on the RFP. These questions will be used to demonstrate a clear understanding on how to read and interpret the various levels of the engineering drawings, similar to those that will be used in SLEP.

Also, we will be providing missing TDP files that were not initially included or incorrectly loaded in the draft TDP release. We will only be releasing the missing files not the entire TDP. This is not the final TDP. The final TDP is scheduled to be released in June 2017.

Economic Price Adjustment (EPA) requests must be made by industry prior to RFP release. The requirements for any requested EPA must be IAW DFARS 252.216-7000 and 252.216-7002. As of the time of this RFI, no company has specifically requested an EPA be added to this acquisition.


•4. Requested Information: The Government doesn"t seek any technical information. The Government is always open to questions or information that would aid in the acquisition.



•5. Reference Documentation:



•a. Documents Available upon Request: Due to the size of these files and foreign disclosure restrictions, all interested parties must submit a written request (email will suffice) to the contracting officer.


• i. (Draft) Government Technical Data Package


•1. Vendors must meet 2 requirements to receive these files:


•a. Be registered in SAM (System for Award Management), and


•b. Be approved by the Government Foreign Disclosure Office (FBO).


•2. Files will be transferred electronically via AMRDEC SAFE (Secure Access File Exchange).


•3. The TDP is provided solely for informational purposes; receiving parties shall not share and distribute this information to organizations outside of the receiving party or be used for other business ventures other than those defined in the FBO request without the written consent of the contracting officer.




•6. Government Correspondence:


•a. Please provide RFI responses, relevant questions, or TDP data requests to Mr. Eric Dumpert at

[email protected] not later than 27 May 2017.

Added: Apr 26, 2017 10:53 am Provided Draft L&M and Draft Pricing attachment. Added: Aug 07, 2017 10:04 am The RFP release is now anticipated from end of August through September.

We have supplied the most up-to-date draft SOW, Traceability Matrix, Pricing Attachment, Section L&M, and CDRL"s.



Please consult the list of

document viewers if you cannot open a file. Draft RFP_F-16 SLEP Kit Integrator Type: Other (Draft RFPs/RFIs, Responses to Questions, etc..)

Label: Draft RFP_F-16 SLEP Kit Integrator

Posted Date: December 16, 2016



Draft_RFP_F-16_SLEP_Kit_Integrator.pdf (247.35 Kb) Description: Draft RFP_F-16 SLEP Kit Integrator

Draft_SOW_F-16_SLEP_Production.pdf (385.57 Kb) Description: Draft SOW_F-16 SLEP Production

SLEP_CSI_Qualified_Source_List_Draft_RFP.xlsx (28.92 Kb) Description: SLEP CSI Qualified Source List_Draft RFP

Responses to Questions Type: Other (Draft RFPs/RFIs, Responses to Questions, etc..)

Label: Responses to Questions

Posted Date: February 6, 2017



Draft_RFP_Questions_Govt_Responses.xlsx (17.29 Kb) Description: Responses to Questions

Attendee_list.xlsx (13.07 Kb) Description: Attendee list

March_2016_Industry_Day_Attendees.docx (26.06 Kb) Description: Additional Attendees list

Small Business Q&A Type: Other (Draft RFPs/RFIs, Responses to Questions, etc..)

Label: Small Business Q&A

Posted Date: February 24, 2017



F-16_SLEP_SBO_QAs.pdf (272.17 Kb) Description: Small Business Q&A

RFI Type: Other (Draft RFPs/RFIs, Responses to Questions, etc..)

Label: RFI

Posted Date: April 10, 2017



RFI.docx (24.55 Kb) Description: RFI

Draft Section L Type: Other (Draft RFPs/RFIs, Responses to Questions, etc..)

Label: Draft Section L

Posted Date: April 26, 2017



Draft_Section_L_F-16_SLEP_Mod_Kit_Contract_draft_RFI_Release.pdf (333.67 Kb) Description: Draft Section L

Draft_Section_M_F-16_SLEP_Mod_Kit_Contract_Draft_RFI_Release.pdf (61.74 Kb) Description: Draft Section M

Draft_SLEP_Pricing_Attachment_21_Apr_17.xlsx (88.45 Kb) Description: Draft Pricing Attachment

Draft"s Type: Other (Draft RFPs/RFIs, Responses to Questions, etc..)

Label: Draft"s

Posted Date: August 7, 2017



Draft_SOW_F-16_SLEP_Mod_Kit_Contract_15Jun2017.pdf (384.94 Kb) Description: Draft SOW_F-16 SLEP Mod Kit Contract 15Jun2017

Draft_Solicitation_Traceability_Matrix_21Jun2017.xlsx (15.31 Kb) Description: Draft Solicitation Traceability Matrix 21Jun2017

Draft_SLEP_Pricing_Attachment_21Jun2017.xlsx (91.57 Kb) Description: Draft SLEP Pricing Attachment 21Jun2017

Draft_Section_M_F-16_SLEP_Mod_Kit_Contract_21_Jun_2017.pdf (217.63 Kb) Description: Draft Section_M_F-16 SLEP Mod Kit Contract_21 Jun 2017

Draft_Section_L_F-16_SLEP_Mod_Kit_Contract_Final_Draft_21_Jun_2017.pdf (639.93 Kb) Description: Draft Section_L_F-16 SLEP Mod Kit Contract_Final Draft 21 Jun 2017

Draft_CDRL_A001_Prod_Contract.pdf (29.63 Kb) Description: Draft CDRL A001_Prod Contract

Draft_CDRL_A002_Prod_Contract.pdf (29.21 Kb) Description: Draft CDRL A002_Prod Contract

Draft_CDRL_A003_Prod_Contract.pdf (29.96 Kb) Description: Draft CDRL A003_Prod Contract

Draft_CDRL_A004_Prod_Contract.pdf (30.19 Kb) Description: Draft CDRL A004_Prod Contract

Draft_CDRL_A005_Prod_Contract.pdf (28.13 Kb) Description: Draft CDRL A005_Prod Contract



Contracting Office Address: DEPARTMENT OF THE AIR FORCE; AFLCMC WWMK;6072 FIR AVENUE BLDG 1233; HILL AIR FORCE BASE; UT; 84056-5820

Point of Contact(s): Nathan P Lee, Phone 801-777-6878, Fax - - , Email [email protected]