Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 02, 2013 FBO #4361
SOURCES SOUGHT

16 -- KC-135 Block 45 Group A Kit Follow On Production RFI Sources Sought - Electrical - Misc Material - Mechanical - Top Level - Decal - Procedures - Process Specs - Landing Gear Position - Removal List

Notice Date
10/31/2013
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, PK/PZ Tinker AFB, 3001 Staff Drive, Ste 1AG76A, Tinker AFB, Oklahoma, 73145-3015, United States
 
ZIP Code
73145-3015
 
Solicitation Number
FA8105_KC135_Block45_GroupA_RFISourcesSought_30Oct2013
 
Archive Date
7/31/2014
 
Point of Contact
Misti DeShields, Phone: 4057392140
 
E-Mail Address
misti.deshields@tinker.af.mil
(misti.deshields@tinker.af.mil)
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR INFORMATION (RFI)/Sources Sought KC-135 Block 45 "A" Kit Production PURPOSE The purpose of this RFI/Sources Sought is to identify interested sources. With this notice, the C/KC-135 Legacy Tanker Division Contracting Office (AFLCMC/WKKPA), Tinker AFB OK, is conducting market research to determine interested sources and estimated costs for procuring Block 45 "A" kits for up to 378 aircraft. The Block 45 "A" kit consists of several consumable parts such as wiring, plugs and hardware to integrate the Block 45 avionics suite on the KC-135 aircraft. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. DESCRIPTION KC-135 Block 45 improvements (e.g., Radio Altimeter (RA), Auto Pilot (AP), Digital Flight Director (DFD) and Electronic Engine Instrument Display (EEID)) will help ensure KC-135s are not only more sustainable, but will also provide for safer operations in all weather conditions. The RA, AP, DFD and EEID system ensure compatibility with Communication Navigation Surveillance / Air Traffic Management (CNS/ATM) requirements. The KC-135 CNS/ATM supports all four global mobility desired effects: rapid projection and application of joint U.S. military power anywhere in the world; power projection through global C2; power projection through expeditionary air bases; and power projection through space mobility. The Government is providing the drawings and "A" kit schedule for the Block 45 modification. The schedule shall include one First Article and time for the government to perform a Physical Configuration Audit of the product. The Full Rate Production contract is estimated to last 7-8 years with a total delivery of up to 378 kits (delivery schedule found in Table 1). A commercial warranty is expected to be included. Plan on delivery to Tinker AFB, with inspection/acceptance requirements to be spelled out in the request for proposal. Average kits per year estimated at 45. An Indefinite Delivery Indefinite Quantity (IDIQ) contract with range pricing is expected to be used. The drawings for this contracting effort are export controlled and require a DD 2345 US-Canada Joint certification. A DD 2345 certification can be obtained at http://www.dlis.dla.mil/jcp/. Product shall be marked IAW MIL-STD-129P Military Shipping Label Requirements and MIL-STD-130N DoD Standard Practice Identification Marking of U.S. Military Property, some products will need to be Item Unique Identification (IUID) Compliant and will be spelled out in the contract. Drawing attachments require US/Canada Joint Certification- for more info on applying for certification please visit: http://www.dlis.dla.mil/jcp/ Please refer to the "A" kit schedule in table 1 for submission purposes. Table 1 Block 45 "A" Kit Schedule FY 15 FY 16 FY 17 FY 18 FY 19 FY 20 FY 21 FY 22 45 41 40 45 45 45 45 58 RESPONSE Responses shall address: 1. First Article schedule (duration from contract award to on aircraft kit proof) 2. Kit proof support 3. "A" kit lead times and identify kit constraints 4. Total "A" kit estimated cost 5. Maximum "A" kits production per month- estimated 6. Quality processes and procedures 7. Past performance 8. US/Canada Joint Certification- for more info on applying for certification please visit: http://www.dlis.dla.mil/jcp/ Interested firms shall also include the following in their response: - Company Name and Address - CAGE Code (if available) - Point of Contact - Size of Business (i.e. Large/Small Business, Small Disadvantaged Business, 8(a) concern, Minority-Owned Business) - U.S. or Foreign Owned Entity - ISO Certification - Export Control Certification (or indicate application date) -Any additional feedback deemed relevant in the developing of this requirement Submit response (along with any supporting documentation) directly to: AFLCMC/WKKPA ATTN: Misti Deshields Misti.deshields.1@us.af.mil cc: Al Hall albert.hall@us.af.mil 3001 Staff Dr, STE 2AI 85A Tinker AFB OK 73145-3020 Or, respondents may wish to respond to Albert.Hall@us.af.mil or Misti.Desheilds.1@us.af.mil. PLEASE PROVIDE AN ELECTRONIC COPY OF SUBMITTED INFORMATION TO THE POINT OF CONTACT ABOVE NO LATER THAN 90 DAYS FROM RECEIPT OF THIS DOCUMENT. Responses must be received no later than 90 days from receipt of this document. Documents must be formatted to 8.5 x 11" paper with type no smaller than 12 point font. The page limitation for this submission is ten (10) pages. DISCLAIMER This RFI is not an offer. This RFI is issued solely for information and planning purposes and does not constitute a solicitation. All information received in response to this RFI that is marked "Proprietary" will be handled accordingly. Responses to the RFI will not be returned. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associates with responding to this RFI. Questions should be directed to PCO/Contract Specialist via email or call 405-739-2140 directly. ATTENTION: Contractor must be registered with Central Contractor Registration to be eligible for contact award or payment from any DOD activity. Information on registration and annual confirmation requirements may be obtained via the Internet at http://www.ccr.gov or by calling 1-888-227-2423. In addition, the Contractor must be registered with US/Canada Joint Certification (approved DD2345)- for more info on applying for certification please visit: http://www.dlis.dla.mil/jcp/ NOTE: The drawings will NOT be released without an approved DD2345 on file.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA8105_KC135_Block45_GroupA_RFISourcesSought_30Oct2013/listing.html)
 
Record
SN03225220-W 20131102/131031234152-1992011220c10b64c82d0a41ab6835fd (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.