Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 10, 2013 FBO #4124
SOURCES SOUGHT

15 -- MQ-9 Reaper Turboprop Engine

Notice Date
3/8/2013
 
Notice Type
Sources Sought
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PK/WL - WPAFB, 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218, United States
 
ZIP Code
45433-7218
 
Solicitation Number
MQ9ENGINE
 
Archive Date
5/7/2013
 
Point of Contact
LASHELLE M. CHANDLER, Phone: 9379048286, MARK E. KLINGAMAN, Phone: 9379048363
 
E-Mail Address
lashelle.chandler@wpafb.af.mil, mark.klingaman@wpafb.af.mil
(lashelle.chandler@wpafb.af.mil, mark.klingaman@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
MQ-9 Reaper - Second Source for Turboprop Engine (a) The Government does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and Proposal costs, of the Federal Acquisition Regulation. (b) Although "proposal" and "offeror" are used in this document, your response will be treated as information only. It shall not be used as a proposal. (c) Background: The MQ-9 currently utilizes a Honeywell TPE331-10YGD engine. The Government is conducting market research to identify, as potential sources, companies that may possess the expertise, capabilities, and experience to competently produce a second turboprop engine for the MQ-9 Reaper. (d) A Technical Specification outlining requirements for the MQ-9 engine is available and will be provided by the Government to interested parties (please see the points of contact below). Responses must clearly detail that your firm's product(s) meet the Technical Specification requirements in detail. (e) In addition to the above, please provide the following information: 1. If your company does not currently produce an engine that fully meets the MQ-9 Technical Specification, describe the nature of either: a. The extent to which design, development, test and evaluation would be required in order to field a compliant product, and/or b. The extent to which modification(s) to current products would be necessary in order to meet the Technical Specification requirements 2. Describe your past experience (no more than five examples) in producing and maintaining similar engines for Government and/or commercial customers, to include: • Program name - Government contract number (if applicable) • DCMA Point of Contact (if applicable) • Description of the effort covering the following points: -- types and quantities engines provided -- specific post-delivery support and maintenance provided -- modification/upgrade efforts, as applicable • Dates & periods of performance • Value of effort 3. What would be the approximate delivery lead time for an engine that meets the Technical Specification requirements? 4. What risks do you foresee in performing this effort? What steps would you likely take to mitigate the risks? (f) The applicable North American Industry Classification System (NAICS) code for this acquisition will be 336412, with a corresponding size standard of 1,000 (one-thousand) employees. (g) Contractors responding to this announcement should indicate their size status, particularly if they are small, small disadvantaged, 8(a), women-owned, economically disadvantaged women-owned, HUBZone, and/or service-disabled veteran owned small businesses in accordance with the NAICS code and size standard., and should also indicate if the company is foreign-owned, controlled, or influenced. (h) 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 set aside, or a sole source acquisition. 1. Note that, if there is sufficient demonstrated interested 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 Federal Acquisition Regulation (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. 2. Note that if this effort is not set-aside for small business, small business utilization will be considered. 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. (i) Interested sources should respond with a complete information package, providing the information and data requested above. All parties are asked to provide a point of contact, a telephone number, an e-mail address, and a facsimile number in their response. Government points of contact are Contract Negotiator, Ms. LaShelle Chandler, (937) 904-8286, e-mail lashelle.chandler@wpafb.af.mil, Contracting Officer, Mr. Mark Klingaman, (937) 904-8363, e-mail mark.klingaman@wpafb.af.mil, Program Manager, Mr. James Lawrence, (937) 255-8553, e-mail james.lawrence@wpafb.af.mil. Responses should be received no later than close of business 22 April 2013, and shall be submitted to: AFLCMC/WIIK Attn: LaShelle Chandler 2530 Loop Road West, Room 144 Wright-Patterson AFB, OH 45433-7101 Electronic copies shall be emailed to: Mark.klingaman@wpafb.af.mil Lashelle.chandler@wpafb.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/MQ9ENGINE/listing.html)
 
Place of Performance
Address: 2530 LOOP ROAD WEST, ROOM 144, Wright-Patterson AFB, Ohio, 45433-7101, United States
Zip Code: 45433-7101
 
Record
SN03007659-W 20130310/130308234544-7a89279c8ac460aba991b78575f9c092 (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.