Search Contract Opportunities

F119 SPaRE Engine Sustainment Program for F-22 Raptor

ID: FA812428R2855 • Type: Sources Sought

Description

THIS IS NOT A REQUEST FOR PROPOSAL/QUOTE. This is a Source Sought Synopsis. There is no solicitation available at this time.

This synopsis is not to be construed as a commitment on the part of the Government to award a contract nor does the Government intend to directly pay for any information or responses submitted as a result of this solicitation. This is a Sources Sought Synopsis; there is no solicitation available at this time. This Sources Sought Synopsis is published for market research purposes only. Companies may be contacted if further information is needed. This announcement constitutes a Sources Sought Synopsis to seek new competition for future work pertaining to F119 engine sustainment starting 01 January 2028.

This synopsis will be for the follow on contract to the F119 Engine Sustainment contract currently referred to as the Sustainment Program for the Raptor Engine (SPaRE) 2 contract. The current SPaRE 2 contract is a performance based logistics (PBL) service contract for the sustainment of Pratt & Whitney (P&W) F119-PW-100 engines supporting F-22 mission requirements. The F-22 Raptor is designed to detect, engage, and destroy any opposing force before detection. The original estimated amount for SPaRE 2 contract awarded sole source to P&W was $6.5B over ten (10) years (2018-2027).

Contract efforts are subject to Federal Acquisition Regulation (FAR) 52.232-18 availability of funds. The sustainment contract currently contains multiple contract types at the contract line item level (e.g. Fixed Price Incentive Firm (FPIF), Cost Plus Incentive Fee (CPIF), Cost Plus Fixed Fee (CPFF), etc.)

The contractor will be required to provide fleet management services that provide the technical information and logistics resources to enable maintenance and material management of 473 engines (including 103 spare engines). Service will be required at the following four (4) USAF operational bases: Nellis AFB, Nevada; Langley AFB, Virginia; Elmendorf AFB, Alaska; and Hickam AFB, Hawaii. Additionally, the contractor shall provide engine support at Edwards AFB, California; Hill AFB, Utah; Tinker AFB, Oklahoma; Sheppard AFB, Texas and at transient or deployed locations for equipment, hardware and tooling only.

The contractor will be required to:

Provide off-base services, including material management functions, engine maintenance, and subcontractor component support services

Provide on-base services including liaison support for supply services, and Organizational (O-level) maintenance, limited Intermediate (I-level) maintenance and full I-level maintenance capability including equipment and tooling

Manage the fleet program management, maintenance, and support actions, program planning and status reporting documents

Update the Contractor Support Plan (CSP)

Develop and update maintenance build plans based on Condition Based Maintenance Plus principles

Provide Technical Order Data (TOD) and Time Compliance Technical Order (TCTO)

Provide Analytical Condition Inspections (ACI)

Provide F119 depot maintenance at Tinker AFB, Oklahoma through implementation of a public private partnership for F119 engine/module maintenance

Provide Customer Technical Services and Sustaining Engineering Support

Control and manage spare parts, engines and modules to include requirements determination, requisition, procurement, distribution, item unique identification (IUID), demilitarization and disposal

Collect and analyze reliability, maintainability, and system cost data/parameters

Coordinate, identify, and prioritize Integrated Maintenance Information System (IMIS) issues and solutions

Support and maintain airworthiness certification and compliance

Maintain the Propulsion and Power Systems Integrity Program report

Integrate and coordinate all peculiar support equipment

It is critical that respondents include the degree to which they will require access to F119-PW-100 engine data rights and the degree to which they have, or are able to obtain F119-PW-100 engine data rights from P&W.

The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. Recent, relevant experience should be provided for each area. If a company is capable of some, but not all of the consolidated requirements stated in this Sources Sought Synopsis, please provide a response that explains the requirements for which you are capable. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided.

The North American Industry Classification System (NAICS) code for this action is 336412. Firms responding to this announcement should indicate whether they are a large business, other than small business, small business, small disadvantaged business (SDB), woman-owned small business (WOSB), economically disadvantaged women-owned small business (EDWOSB), 8(a)-certified business, service-disabled veteran-owned small business (SDVOSB), veteran-owned small business (VOSB), or Historically Underutilized Business Zone small business (HUBZone). All prospective contractors shall be registered in the System for Award Management (SAM) database to be awarded a DoD contract. Note that the NAICS code for this requirement, if applicable to the company's capabilities, should be included in the company's NAICS code listing in SAM (www.sam.gov).

The acquisition strategy has not yet been determined. Market research results will assist the Air Force in determining whether this requirement will be a full and open, a small business (or other socioeconomic) set aside, or a sole source acquisition.

Note that, if there is sufficient demonstrated interest and capability among small business contractors, a key factor in determining if an acquisition will be a Small Business Set-Aside is that two or more potential small business prime contractors must be capable of performing at least 50% of the effort, as defined in FAR clause 52.219-14, Limitations on Subcontracting. If it is determined that a small business set-aside is appropriate and your company anticipates submitting a proposal as the prime contractor for a small business set-aside, please provide specific details and rationale as to how compliance with FAR clause 52.219-14 would be achieved, including specific details regarding teaming arrangements, etc. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided.

Request that large and small businesses provide a reasonable expectation for small business utilization as a percent of total contract value. Please provide supporting rationale for the recommended percentage. Please note: any future solicitation related to this effort may include evaluation factors for proposals submitted by other than small businesses with respect to Small Business Subcontracting Plans (See FAR 19.702) and/or Past Performance with respect to having reached Small Business subcontracting goals (DFARS 215.305(a)(2)).

It is anticipated that appropriate security classifications for personnel and facilities will be required up to the Secret level in satisfying these performance requirements. It is also anticipated that the contractor will require access to special access information, receive and generate classified material and fabricate, modify or store classified hardware. Appropriate security requirements will be required before contract award.

Companies may be contacted for further information as required to assess their capabilities.

CONTRACTOR CAPABILITY SURVEY

Sustainment Program for the Raptor Engine (SPaRE)

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: 336412

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 capable or interested in performing.

When addressing questions in Part II, please address the following in each response as applicable:

1. Performance parameters, to include design and installation

2. Program Estimated Cost information (rough order of magnitude)

3. Delivery schedule/product availability

4. Any alternatives/suggestions that satisfy airworthiness and aerial refueling requirements, to include cost and schedule

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. Describe your company's capability to obtain or manufacture molds/tooling. Also, provide information on your type of molding process.
  7. 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.
  8. Are there specific requirements in the documentation that we provide that would currently preclude your product from being a viable solution to our requirement?
  9. 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 to the Carnegie Mellon Capability Maturity Model? If so, what level of certification have you achieved and what is the date of your certification.
  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?

H. F119 Program Specific

  1. What is your experience to sustain the F119 engine and accomplishing fleet management services, maintenance services, material procurement & management, support equipment parts forecasting, depot management, supply chain management, technical data management, customer technical services, sustaining engineering, and Combine Test Force operations and support?
  2. What is your plan to ensure War Readiness Engine (WRE) standards, cost accountability and Mean Time Between Removal (MTBR), and safety requirements are met?
  3. Do you have knowledge and specialized experience necessary to sustain the F119 engine and accomplish repairs/overhauls? Have you accomplished Government/commercial jet engine maintenance?
  4. What is the turnaround time/flow days to overhaul an engine of this engine variant? Please consider levels of repair when responding.
  5. What are your lead-times to acquire F119-PW-100 engine data rights from OEM and begin sustainment operations, induction/production for F119 engines? Will data rights include validation, verification, and delivery?
  6. Continuity of service is pivotal to the operation and safety of the F-22 weapon system. What timeframe is required to establish a partnership agreement with the Oklahoma City Air Logistics Complex (OC-ALC), establish suppliers, arrange support equipment within the depot, and hire/train new personnel?
  7. A new support provider would continue to rely on OEM or approved vendor for parts procurement. How would you handle supply chain integration with OEM, sub-contractors, and transition of long-lead parts?
  8. Do you have a specialized forecasting model capable of projecting long-lead parts, quantity buys, and future sustainment actions?
  9. What is your experience with Continuous Improvement Process (CIP) concepts and your ability to incorporate them into Engineering Change Proposals (ECP) designs?
  10. Are you compliant with the Federal Aviation Administration (FAA) regulations for maintenance, parts, labor and depot facilities? Please share all certifications and working agreements with OEM.
  11. Please provide any additional relevant feedback that is deemed important in developing this requirement. Any information that is propriety should be clearly marked.

Please provide any additional relevant feedback that is deemed important in developing this requirement. Any information that is propriety should be clearly marked.

Interested firms should submit sufficient information (limit to 20 pages 12 point font, single-spaced, 1" margins) which will permit assessment of technical capabilities electronically to Air Force Life Cycle Management Center, AFLCMC/LPK, Attn: Ms. Tobi Moyer, tobi.moyer@us.af.mil and Mr. Thomas Buck thomas.buck@us.af.mil. If there are any questions with regard to the contract please contact Tobi Moyer, Contract Negotiator, AFLCMC/LPK, (405) 570-4692, e-mail tobi.moyer@us.af.mil or Thomas Buck, Contracting Officer, AFLCMC/LPK, (405) 590-5223, e-mail thomas.buck@us.af.mil.

Responses must be received no later than close of business 30 days after posting date for this announcement.

Background
The F119 Engine Sustainment contract, also known as the Sustainment Program for the Raptor Engine (SPaRE) 2 contract, is a performance-based logistics (PBL) service contract for the sustainment of Pratt & Whitney (P&W) F119-PW-100 engines supporting F-22 mission requirements. The original SPaRE 2 contract was awarded sole source to P&W for $6.5B over ten years (2018-2027). The follow-on contract is set to start on 01 January 2028.

Work Details
The contractor will be required to provide fleet management services, including off-base and on-base services, such as material management functions, engine maintenance, and subcontractor component support services. They will also manage fleet program management, maintenance, and support actions, update the Contractor Support Plan (CSP), develop and update maintenance build plans based on Condition Based Maintenance Plus principles, provide Technical Order Data (TOD) and Time Compliance Technical Order (TCTO), provide Analytical Condition Inspections (ACI), provide F119 depot maintenance at Tinker AFB through a public-private partnership, provide Customer Technical Services and Sustaining Engineering Support, control and manage spare parts, engines and modules, collect and analyze reliability data, coordinate Integrated Maintenance Information System (IMIS) issues and solutions, support airworthiness certification and compliance, maintain the Propulsion and Power Systems Integrity Program report, integrate and coordinate all peculiar support equipment.

Place of Performance
The services will be required at four USAF operational bases: Nellis AFB, Nevada; Langley AFB, Virginia; Elmendorf AFB, Alaska; and Hickam AFB, Hawaii. Additionally, engine support shall be provided at Edwards AFB, California; Hill AFB, Utah; Tinker AFB, Oklahoma; Sheppard AFB, Texas; and at transient or deployed locations for equipment, hardware and tooling only.

Overview

Response Deadline
July 29, 2024, 4:00 p.m. EDT Past Due
Posted
June 27, 2024, 12:13 p.m. EDT
Set Aside
None
Place of Performance
Tinker AFB, OK 73145 United States
Source
SAM

Current SBA Size Standard
1500 Employees
Pricing
Fixed Price Award Fee; Cost Plus Fixed Fee; Cost Plus Incentive Fee;
Est. Level of Competition
Sole Source
Odds of Award
14%
On 6/27/24 AFLCMC Tinker AFB issued Sources Sought FA812428R2855 for F119 SPaRE Engine Sustainment Program for F-22 Raptor due 7/29/24. The opportunity was issued full & open with NAICS 336412 and PSC J028.
Primary Contact
Name
Thomas Buck   Profile
Phone
(405) 590-5223

Secondary Contact

Name
Tobi Moyer   Profile
Phone
(405) 570-4692

Documents

Posted documents for Sources Sought FA812428R2855

Question & Answer

Incumbent or Similar Awards

Contracts Similar to Sources Sought FA812428R2855

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought FA812428R2855

Similar Active Opportunities

Open contract opportunities similar to Sources Sought FA812428R2855

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE AIR FORCE > AFMC > AIR FORCE LIFE CYCLE MANAGEMENT CENTER > FA8124 ALFCMC LPK
FPDS Organization Code
5700-FA8124
Source Organization Code
500042474
Last Updated
June 27, 2024
Last Updated By
tobi.moyer@us.af.mil
Archive Date
Dec. 31, 2027