SOURCES SOUGHT
28 -- F118-GE-100 Front Frame Overhaul
- Notice Date
- 4/27/2015
- Notice Type
- Sources Sought
- NAICS
- 336412
— Aircraft Engine and Engine Parts 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
- FD2030-15-00343
- Archive Date
- 5/26/2015
- Point of Contact
- James R. Davison, Phone: 4057344616
- E-Mail Address
-
james.davison.7@us.af.mil
(james.davison.7@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a Sources Sought Synopsis (SSS)/Request for Information (RFI) for market research purposes issued by AFSC/PZAAB at Tinker Air Force Base (TAFB). The United States Air Force (USAF) is requesting information on the F118-GE-100 Front Frame to determine available sources of overhaul. This is a market research survey to determine the availability and adequacy of potential sources prior to determining an acquisition strategy and contract strategy. This is a Sources Sought Synopsis/Request for Information. There is no solicitation available at this time. Requests for a solicitation will not receive a response. Disclaimer: This SSS/RFI is issued solely for informational and planning purposes. It does not constitute a solicitation (Request for Proposal or Request for Quotations) or a promise to issue a solicitation in the future. As stipulated in FAR 15.201(e), responses to this notice are not considered offers, shall not be used as a proposal, and cannot be accepted by the Government to form a binding contract. This SSS/RFI does not commit the Government to contract for any service whatsoever. Furthermore, we are not seeking proposals at this time. Responders are advised that the Government will not pay for any information or administrative costs incurred in response to this RFI. All costs associated with responding to this RFI will be solely at the responding party's expense. Any resulting procurement action will be the subject of a separate, future announcement. The information is provided for discussion purposes and any potential strategy for this acquisition may change prior to any solicitation release. Purpose: The information received will be utilized by the Air Force in developing its acquisition strategy, Performance Work Statement, Purchase Description and Specification. Any proprietary information that is submitted may be used as a general concept but specific information will be safeguarded as proprietary, if so marked and clearly identified in accordance with the applicable Government regulations. The Government requests that non-proprietary information be submitted in response to this SSS/RFI. However, should proprietary information be submitted, it should be marked "PROPRIETARY", and will be handled accordingly. The Government shall not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Proprietary information or trade secrets should be clearly identified. The information in this notice is based on current information available to date. This information is subject to change and is not binding to the Government. Updated information will be provided in future announcements, if applicable and posted electronically on the Federal Business Opportunities website at www.fbo.gov. Responses to this Sources Sought may or may not be returned. Not responding to this Sources Sought does not preclude participation in any future solicitation, if one is issued. ATTENTION: Contractor must be registered with Central Contractor Registration (CCR) and Online Representations and Certifications Application (ORCA) 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 https://www.sam.gov/portal/public/SAM/. Program Requirements: Interested persons may identify their interest and capability to respond to the SSS/RFI. This notice of intent is not a request for competitive proposals. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Specifications, plans, or drawings relating to the procurement described are incomplete or not available and cannot be furnished by the Government. The proposed acquisition is for the overhaul of the F118-GE-100 Front Frame. The contractor shall furnish all required labor, facilities, equipment and material to accomplish overhaul, repair and/or modification, test, packing, preservation and packaging, and return to the Government in a completely serviceable condition. The contract is expected to be a firm fixed price 5-year requirements type contract with one basic year and four 1- year options in accordance with FAR Part 15. Failure of the government to furnish such items in the amounts or quantities described in the schedule will not entitle the contractor to any equitable adjustment. 1. Noun - Front Frame Assemblies 2. NSNs - 2840-01-531-1394 and 2840-01-528-4199 3. Part Numbers - 9545M13G42, 9545M13G44, 9545M13G45, 9545M13G46, or 9545M13G47 4. Application - F118-GE-100 Front Frame 5. Best Estimated Quantity: One Year Basic: 1 each Option I: 3 each Option II: 3 each Option III: 4 each Option IV: 3 each 6. Delivery - Contractors are encouraged state their estimated overhaul and delivery capabilities for each NSN. The Government requests interested parties to submit a brief statement of current capability to perform these services. Please limit your submissions to ten pages. Interested sources should provide the following information for your company and for any teaming or joint venture partners: - Company Name/Address - CAGE Code (if available) - DUNS Number - Point of Contact - Phone/Fax Number - Email address - Web page URL - Size of Business (i.e. Large/Small Business, Small Disadvantaged Business, 8 (a) concern, Minority-Owned Business) Size relative to NAICS Code 336412 (Small Business Size Standard 1000 employees or less) The proposed North American Industry Classification Systems (NAICS) Code is 336412, which has a corresponding Size Standard of 1,000 employees. The Government will use this information to determine the best acquisition strategy for this procurement. The Government is interested in all businesses to include Small Businesses, Small Disadvantaged Businesses, 8(a), Service-Disabled Veteran-Owned Small Businesses, HUBZone Small Businesses, and Women-Owned Small Business concerns. The government requests that interested parties respond to this notice if applicable and identify your small business status to the identified NAICS code. Additionally, please provide any anticipated teaming arrangements, along with a description of similar services offered to the Government and to commercial customers for the past three years. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. - U.S. or Foreign Owned Entity - Provide any recommendations and/or concerns. - Please indicate whether your interest in this as a prime contractor or as a subcontractor? - Provide Government contract history including contract numbers Capabilities 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). Hardware Production Questions Describe your company's ability to overhaul the F118-GE-100 front frame assemblies. 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 due to critical operational mission requirements. Respond (along with any supporting documentation) directly to: James Davison at the following e-mail address: james.davison.7@us.af.mil Please note: Emails containing file types such as:.zip,.xlsx,.docx, or other macro-enabled extensions, may not be delivered to the intended recipients. Questions should be directed via email to James Davison, Contract Specialist james.davison.7@us.af.mil Contracting Office Address: 3001 Staff Drive Tinker AFB, OK 73145 United States Primary Point of Contact: James Davison Contract Specialist james.davison.7@us.af.mil Phone: 405-734-4616
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FD2030-15-00343/listing.html)
- Record
- SN03711917-W 20150429/150427235014-09b3ebfbfc2a9a1e44526194de0ab02f (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 |