Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 13, 2011 FBO #3396
SOURCES SOUGHT

J -- Rapid Development Integration Facility (RDIF) Supplies and Equipment - Package #1

Notice Date
3/11/2011
 
Notice Type
Sources Sought
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218
 
ZIP Code
45433-7218
 
Solicitation Number
FA8629-11-R-0002
 
Point of Contact
John R. Shock, Phone: 937-656-6457, Alan Brookshire, Phone: 937-257-4246
 
E-Mail Address
John.Shock@wpafb.af.mil, Alan.Brookshire@wpafb.af.mil
(John.Shock@wpafb.af.mil, Alan.Brookshire@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
RDIF Sources Sought SOURCES SOUGHT NOTICE The Aeronautical Systems Center, Special Operations Forces and Personnel Recovery Division (ASC/WIS) is issuing this Sources Sought Notice to identify potential sources that may possess the technical data, expertise, capabilities, and experience to support the Air Force's Rapid Development Integration Facility (RDIF) with necessary supplies and equipment as described below. The anticipated scope will include providing services, recurring expendable supplies, and tooling when ordered. Background: The RDIF initiated an organic development capability within ASC for Air Force (AF) Irregular Warfare (IW), and command control, communications, computers, intelligence, surveillance, and reconnaissance (C4ISR) acquisition needs. This initiative established an AF aircraft development and prototype center of excellence which will not supplant current test centers or processes. This new initiative supports current reform initiatives, and current and future acquisition environment. The IW acquisition concept focuses on aircraft development, integration, prototyping, and production as awarded. It leverages existing WPAFB infrastructure initially, then develops the capability over time. The RDIF provides customer based capability. The support requirements fluctuate as programs and funding are acquired. While touch-labor is the common element of support, various programs require the following: work at offsite locations, short term specialties, materials, manufacturing, research and development, prototyping, quality assurance, engineering, aircraft modification, test support, etc. Requirements: A contractor will be required to provide the capabilities listed below as requested to support ongoing projects. Manufacturing Capabilities: CAD/CAM drawing Stress evaluation CNC and manual mills, lathes, and grinding associated with precision machining Welding, painting and plating Sheet metal components and assembly Maintenance and overhaul of aircraft components Mechanical assembly Hydraulic testing and repair Electrical Manufacturing: Electro-mechanical device repair and overhaul Circuit board layout repair and assembly Cables and wiring harnesses Other Capabilities: Purchasing material support such as raw materials, fabricated piece parts, mechanical and electrical components, integrated subsystems and other hardware Integration Research and development and prototyping to include reverse engineering Test and evaluation Quality assurance/In-process inspection/FAA certification Engineering and technical support Aircraft modification Aircraft ground operations and maintenance Training and training materials Graphics Data and drawings Program management This is a sources sought notice. It is not a solicitation for offers. The government reserves the right to issue a solicitation based upon its needs and the result of this sources sought notice. The government will not reimburse participants for any expenses associated with the information provided in response to this sources sought notice. The level of security clearance and amount of foreign participation in this requirement has not been determined. INSTRUCTIONS: This should help you in developing a description of your company's capabilities and potential approach to meeting this requirement. If, after reviewing this information, you desire to participate by responding to this sources sought, you should provide documentation that supports your company's ability to support the RDIF. Failure to provide adequate documentation will inhibit the government's assessment of your capabilities. If you lack sufficient capability, please provide details explaining how you would overcome the shortfall in order to perform. Both large and small businesses are encouraged to respond to this sources sought notice. Joint ventures or teaming arrangement are permissible. Please provide the following business information for your company, institution, or any teaming or joint venture partners: Company name; Address: Point of Contact: CAGE Code; Telephone number; Email address: Web Page URL; Size of business pursuant to the North American Industrial Classification System (NAICS) Code; based on the above NAICS coded, state whether your company is a Small Business, Woman Owned Small Business, Small Disadvantaged business, 8(a) Certified, HUBZone Certified, Veteran owned Small Business, Service Disabled Small Business, Central Contractor Registration. Interested parties shall submit a statement indicating whether your company is domestically or foreign owned. If foreign owned, please indicate the country of ownership. General capabilities and concepts should be submitted on CD-R in an electronic format that is compatible with Microsoft Windows and Office 2007. Send this CD to Mr. John R. Shock, ASC/WISK 1895 5th Street, Bldg 46, Wright Patterson AFB, OH 45433-7200 not later than 29 March 2010. Questions or requests should be submitted to Mr. John R. Shock at John.Shock@wpafb.af.mil or Mr. Alan Brookshire Alan.Brookshire@wpafb.af.mil, telephone numbers 937-656-6457 or 937-257-4246. The CD cover label shall be marked "Proprietary/Competition Sensitive Information." Also two paper copies of the response shall be submitted, unbounded in three ring binders and must be clearly labeled "Proprietary /Competition Sensitive Information" on cover sheets and in close proximity to this type of information on each applicable page. Proprietary/competition sensitive information will be protected from disclosure. The paper copies and the electronic versions must be identical in all respects. Page size shall be 8.5 x 11 inches, not including foldouts. Pages shall be single-spaced. The font size shall be no less than 12 point. Use, at a minimum, 1-inch margin. No classified information should be included in contractor submittals. An Ombudsman has been established for this acquisition. The only purpose of the Ombudsman is to receive and communicate serious concerns from potential interested parties when an offeror prefers not to use established channels to communicate his/her concern during the proposal development phase of this acquisition. Potential interested parties are entitled to contact ASC's Ombudsman, Mr. Howard Marks ASC/AQH, Bldg 572, 1755 10th St. Wright-Patterson AFB, OH 45433-7126, at DSN 785-8642 or Commercial: (937) 255-8642. Direct all requests for solicitation and routine communications concerning this acquisition to the contracting officer listed below: Mr. John R. Shock, ASC/WISK, 1895 5th Street, Bldg 46, Wright Patterson AFB, OH 45433-7200 E-Mail address - John.Shock@wpafb.af.mil Telephone: 937-656-6457
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8629-11-R-0002/listing.html)
 
Place of Performance
Address: Wright Patterson AFB, OH 45433-7200, Wright Patterson AFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN02399422-W 20110313/110311234803-7b43093e1f3fe4c78207120840a3ce4e (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.