Alabama Bids > Bid Detail

TIGER Next of TIGER Follow-On.

Agency:
Level of Government: Federal
Category:
  • 28 - Engines, Turbines, and Components
Opps ID: NBD00159508391244275
Posted Date: Jan 9, 2024
Due Date: Feb 9, 2024
Source: https://sam.gov/opp/067b79c412...
Follow
TIGER Next of TIGER Follow-On.
Active
Contract Opportunity
Notice ID
W56HZV24R0029
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
ACC-CTRS
Sub Command 3
ACC WRN
Office
W4GG HQ US ARMY TACOM
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Jan 09, 2024 11:44 am EST
  • Original Published Date: Jan 09, 2024 11:13 am EST
  • Updated Response Date: Feb 09, 2024 05:00 pm EST
  • Original Response Date: Feb 20, 2024 05:00 pm EST
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Feb 24, 2024
  • Original Inactive Date: Mar 06, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 2835 - GAS TURBINES AND JET ENGINES; NON-AIRCRAFT PRIME MOVER, AIRCRAFT NON-PRIME MOVER, AND COMPONENTS
  • NAICS Code:
    • 333611 - Turbine and Turbine Generator Set Units Manufacturing
  • Place of Performance:
    Anniston , AL 36201
    USA
Description

Request for Information



Automotive Gas Turbine (AGT) 1500 Engine Program



1.0 DESCRIPTION OF INTENT:



This is a Request for Information (RFI). No contract will be awarded from this announcement. This is not a Request for Proposal (RFP) or an announcement of a forthcoming solicitation, nor is it a request seeking contractors to be placed on a solicitation mailing list. Response to this market survey is voluntary and no reimbursement will be made for any costs associated with providing information in response to this market survey and any follow-on information requests. Data submitted in response to this market survey will not be returned. No solicitation document exists at this time, and calls requesting a solicitation will not be answered.



1.1 Hardware



The intent of this RFI is to identify qualified suppliers to provide responses for select representative parts and describe past experience addressing the production and/or procurement for different types of parts for the AGT1500 engine. Parts have been segmented into the following six categories:



1) Electrical/Electronic Parts



2) Consumables/Common Parts



3) Structural Parts



4) Vanes/Blades



5) Other Hot Section Parts



6) Other Cold Section Parts





For each category, the Government has selected a representative sample of parts for suppliers to provide Information across several annual volume quantity bands and price ranges, if applicable. Responses should be based off of ordering year(s), not anticipated delivery schedule(s). However, the parts selected for this RFI are not an all-encompassing list that the Government is interested in. These selected parts serve as a representative sample of the parts the Government may include in a future RFP. Please refer to the attached RFI Supplementary Supplier template Excel workbook for a full list of the representative parts of interest.



Suppliers are encouraged to respond if they can meet all or some of the performance requirements identified.







1.2 SERVICES REQUIREMENTS:



This market survey questionnaire is also seeking to obtain information on industry capability to satisfy U.S. Army and Foreign Military Sales (FMS) requirements for support of existing Automotive Gas Turbine (AGT) 1500 engines. Support requirements include integrated services that span from engineering, quality, technical support, logistics, project management services, Field Service Engineer (FSE) support, data collection, management and analysis, and total supply chain management to include forecasting, planning and procuring a discrete list of parts based on demand, usage rate, fleet age, and failure rates; management of supplier base; material and warehouse management; and overhaul production support for engine component repairs, the AGT 1500 engine overhaul line, and FMS requirements at Anniston Army Depot (ANAD).



Respondents, please provide a narrative that describes your capability and qualifications in the following areas:



1. Provide your experience in providing technical and quality assistance to support the Digital Electronic Control Unit (DECU).



2. Provide technical and quality assistance support to improve ANAD AGT 1500 engine overhaul processes (including utilization of Six Sigma techniques and Lean processes).



3. Perform integrated data collection, data management, and data analysis to include identification of components AND MAINTENANCE PROCESSES that drive field maintainability, durability, and reliability and provide tools for monitoring the engine and engine components’ life.



4. Describe your knowledge of and ability to access to AGT1500 Engine Technical Data Package (TDP) and be able to design new hardware required to meet performance specifications and provide prototypes to support AGT 1500 test programs. Analyze data to recommend durability based design improvements, develop and validate product and process improvements, and identify opportunities to reduce overall life cycle costs to the single performance standard: Systems Specification for Tank, M1A1, Specification Number SA-X00003-D dated 12 November 1996, Systems Specification for Tank, M1A2, Specification Numbers SA-SA00001D (SEPv2) and SA-SA00001E (SEPv3), both dated 09 March 2022, and Product Item Specification, DECU, EA-J7 (AGT1500) Specification Number 91547-E2523 Revision C dated 08 April 2016 (or latest revision).



5. Provide ANAD with electronic maintenance work instructions to overhaul the AGT 1500 engine to specifications using the tailored Electronic Manufacturing Operations and Tooling (eMOT) system for repair and overhaul of four modules and external components in accordance with eMOT A3-000-000-18/8/C (Major Rev 8, Minor rev C or latest version), and meeting AGT1500 Engine Acceptance Test Procedure 21-15494 Revision E dated 09 January 2023 (or latest revision).





6. Perform root cause corrective action analyses of field problems and testing issues.





7. Maintain and update a record of usage rates based on condition-based overhaul work planning guidance and reasons for maintenance. Perform demand management and parts planning for the AGT1500 Engine Bill of Materials based on usage rates and lead times.





8. Based on demand management and parts planning analysis, procure and supply required AGT1500 Engine Bill of Material hardware to support the AGT 1500 engine overhaul, reset and condition-based overhaul programs at ANAD according to production schedule as well as to support field demands to maintain readiness for unit level replacement parts and spares.





9. Perform integrated supply chain management for all engine components to include management of supplier base, accurate forecasting of AGT1500 Engine parts requirements, and receipt and issue of assets to required delivery schedule.





10. Perform inventory management to include receipt of inventory, accountability, and kitting support for new and reclaimed hardware required to support the AGT 1500 engine overhaul line at ANAD and field demands.





11. Provide TDP maintenance and participation in configuration management meetings.





12. Provide FSE support for the AGT1500 to include training, technical assistance, and operation of field repair, production, and test sites at multiple CONUS and OCONUS locations (including FMS countries/customers). Collect maintenance and operational data, and perform approved low risk depot level repairs in the field.





3.0 Questions



All questions relating to this RFI shall be submitted in writing only via email to Army Contracting Command point of contact (POC) Michael Hawkes, Contracting Specialist, at Michael.f.hawkes.civ@army.mil. The subject line on the email submissions for questions or requests for clarifications should read: RFI: Abrams AGT1500 Hardware, Questions/Clarifications. Absolutely no telephone calls will be accepted in response to this RFI. Questions or requests for clarification shall NOT contain proprietary or classified information. In order to facilitate a timely response, it is requested that all questions or requests for clarification be received by 4:00 pm EST within 30 days of posting of this RFI. Responses to the questions received will be answered and posted for all interested parties to see via an amendment to the RFI.









4.0 Responses



Suppliers are encouraged to respond if they can meet all or some of the performance requirements identified.



Suppliers are encouraged to submit written notification of their interest, qualifications, and technical concepts to Michael Hawkes, michael.f.hawkes.civ@army.mil, by no later than 4:00pm Eastern Standard Time (EST) thirty (30) calendar days after posting of RFI.



All submitted responses shall be in the form of the attached RFI Supplementary Supplier template Excel workbook for section 1.1 Hardware. No other forms of responses will be accepted.



For section 1.2 “Services Requirements” all submitted responses shall be captured in a separate document (i.e MS Word or PDF) and included in the submittal packaged.



The responses will be reviewed by Government representatives. All information provided will be adequately protected in accordance with the contractor’s markings.



Documents shall be submitted electronically via the Department of Defense (DoD) Safe Access and File Exchange (SAFE) website (https://safe.apps.mil). To be able to utilize the DoD SAFE website, request a Drop-off code via e-mail to Michael Hawkes, michael.f.hawkes.civ@army.mil. After receiving the Drop-off code, use the following distribution email address as prompted by the site: michael.f.hawkes.civ@army.mil. The subject line for the SAFE submission should read: Abrams AGT1500 Hardware - YOUR COMPANY NAME. No hard copy or fax responses will be accepted. If a late submittal is received, acceptance of such will be at the discretion of USG.



Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Interested parties who consider themselves qualified to supply the described parts are invited to submit a response within 30 days after release of this RFI request.





5.0 Submission Guidelines



Proprietary information shall be clearly marked. Classified documents shall not be included in your response. Responses to this RFI will not be returned. The Government is under no obligation to provide feedback to respondents with respect to any information submitted under this RFI. There is no guarantee that any submission in response to this RFI will result in a Government program. The Government may or may not use any responses to this RFI as a basis for a subsequent project. The information submitted in response to this RFI may be used to help the Government further define its requirements. If the Government develops a program that addresses any submitted or similar topic, the resulting procurement will address technology and business specific requirements as defined by the Government to achieve the required objectives. Any projects developed from the RFI responses may be the subject of a subsequent acquisition; any such subsequent acquisition will be publicized accordingly. Responders to this RFI will have no competitive advantage in receiving any awards related to the submitted topic area. Responders who do not submit a white paper to this RFI will not be prohibited from submitting a proposal if a RFP is published at some point in the future. In order to protect the integrity of any possible future acquisition, no additional information other than the information contained in this RFI will be provided.



6.0 General Information



The Government appreciates the time and effort taken to respond to this market survey. The Government acknowledges its obligations under 18 U.S.C. §1905 to protect information qualifying as “confidential” under this statute. [To avoid possible confusion with the meaning of the term “confidential” in the context of Classified Information,” we will use the term “PROPRIETARY.”] Pursuant to this statute, the Government is willing to accept any PROPRIETARY (e.g., trade secret) restrictions placed on qualifying data forwarded in response to the survey questions and to protect it from unauthorized disclosure subject to the following:



1. Clearly and conspicuously mark qualifying data with the restrictive legend (all caps) “PROPRIETARY” with any explanatory text, so that the Government is clearly notified of what data needs to be appropriately protected.



2. In marking such data, please take care to mark only those portions of the data or materials that are truly proprietary (excessive breadth in marking inappropriate data as “PROPRIETARY” may diminish or eliminate the usefulness of your response - see item 6 below). Use circling, underscoring, highlighting, or any other appropriate means to indicate those portions of a single page which are to be protected.



3. The Government is not obligated to protect unmarked data. Additionally, marked data that is already in the public domain or in the possession of the Government or third parties, or is afterward placed into the public domain by the owner or another party through no fault of the Government will not be protected once in the public domain. Data already in the possession of the Government will be protected in accordance with the Government's rights in the data.



4. Proprietary data transmitted electronically, whether by physical media or not, whether by the respondent or by the government, shall contain the “PROPRIETARY” legend, with any explanatory text, on both the cover of the transmittal e-mail and at the beginning of the file itself. Where appropriate, when only portions of an electronic file are proprietary, use the restrictive legends ‘PROPRIETARY PORTION BEGINS:” and “PROPRIETARY PORTION ENDS.”



5. In any reproductions of technical data or any portions thereof subject to asserted restrictions, the government shall also reproduce the asserted restriction legend and any explanatory text.



6. The Government sometimes uses support contractors in evaluating responses. Consequently, responses that contain proprietary information may receive only limited or no consideration since the Respondent’s marking of data as “PROPRIETARY” will preclude disclosure of same outside the Government and therefore will preclude disclosure to these UNCLASSIFIED support contractors assisting the evaluation effort. The Government will use its best efforts to evaluate those responses that contain proprietary information without using support contractors consistent with the resources available.



7.0 Government Points of Contact



Army Contracting Command - Detroit (ACC-DTA) email: michael.f.hawkes.civ@army.mil and laura.k.stoyanovich.civ@army.mil


Attachments/Links
Contact Information View Changes
Contracting Office Address
  • 6501 EAST 11 MILE ROAD ARMY CONTRA COMMAND WARREN
  • DETROIT ARSENAL , MI 48397-5000
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >