SOURCES SOUGHT
15 -- FA8232-16-R-F-16-SLEP-Production - Sources Sought SLEP Production
- Notice Date
- 1/14/2016
- Notice Type
- Sources Sought
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFLCMC / AFSC / AFNWC - HILL AFB, ., Hill AFB, Utah, 84056, United States
- ZIP Code
- 84056
- Solicitation Number
- FA8232-16-R-F16-SLEP-Production
- Archive Date
- 1/14/2017
- Point of Contact
- Eric A. Dumpert, Phone: 8017772861, Nathan P. Lee, Phone: 8017754928
- E-Mail Address
-
eric.dumpert.1@us.af.mil, nathan.lee.3@us.af.mil
(eric.dumpert.1@us.af.mil, nathan.lee.3@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Milestones Draft Schedule Draft SOW TITLE: F-16 Block 40-52, C and D-model; F-16 Legacy Structural Service Life Extension Program (SLEP) SYNOPSIS: •1. NOTICE: This is not a solicitation, but rather an initial Sources Sought (SS) to determine industry interest to support a future F-16 Legacy Structural SLEP production contract. •2. Purpose: The purpose of this Sources Sought is to provide industry with a "first look" into the F-16 Legacy Structural SLEP "draft" technical data package (TDP), and request interested companies provide the Government team with information about their capabilities and interest in SLEP. Our goal is to develop a list of interested parties; determine competitive and/or Small Business Set-Aside opportunities; and apply this information to craft an effective acquisition and source selection strategy for the production phase of the program. Attachments Provided: •a. (Draft) Milestone Schedule - tentative acquisition planning and decision dates. •b. (Draft) Statement of Work - very preliminary and expected to evolve. •c. (Notional) Kit and Tooling Delivery Schedule - based on preliminary fielding requirements. Available Data (Upon Request): Due to the size of these files and foreign disclosure concerns, all interested parties must submit a written request (email will suffice) to the contracting officer for the following files (in accordance with Para. 6). •a. (Draft) Government Technical Data Package (TDP), with applicable specifications. •b. (Draft) Tool Kit List - modification tooling kits. Vendors must meet two (2) requirements to receive files: •1. Be registered in SAM (System for Award Management), and •2. Approved by the Government's Foreign Disclosure Office. If approved, the files will be transmitted electronically through AMRDEC SAFE (Secure Access File Exchange). These cannot be sent to organizational email accounts, they must be sent to personal accounts. The TDP and Tool Kit List are provided solely for informational purposes and shall not be shared, distributed, or used for other business ventures or activities outside the objective of the FBO request, without the written consent of the contracting officer identified in paragraph 6. The following North American Industry Classification Systems (NAICS) codes and Product and Service Codes (PSC) are being considered under this project. Please recommend alternative NAICS/PSC codes if you believe they better fit the requirement. •a. NAICS: North American Industry Classification System • i. 332510 - Hardware Manufacturing • ii. 332722 - Bolt, Nut, Screw, Rivet, and Washer Manufacturing • iii. 336411 - Aircraft Manufacturing • iv. 336413 - Other Aircraft Parts and Auxiliary Equipment Manufacturing • v. 423710 - Hardware Merchant Wholesalers •b. PSC: Product and Service Code • i. 1560 - Airframe Structural Components •3. Small/Disadvantaged Business: The Government is interested in all small businesses to include 8(a); Service-Disabled Veteran Owned; HubZone; and Women-Owned small business. The Government requests that interested parties respond to this notice (if applicable) and identify your small business status to the specified NAICS/PSC code. Please recommend alternative NAICS/PSC codes if you believe they better fit the programs requirements defined in Paragraph 4. •4. Program Details: F-16 SLEP aims to extend the structural service life of up to 300 USAF Block 40-52, C and D-Model aircraft from 8,000 Equivalent Flight Hours (EFH) to 10,000 EFH (Threshold) or 12,000 EFH (Objective). The possibility exists for Foreign Military Sales (FMS) interest, as well. Therefore, foreign participation is permitted at the prime contract level (AFFARS 5305.204). This Sources Sought supports the manufacturing, assembly (kitting), and delivery of structural modification, repair, and tooling components (as defined in the draft SOW and TDP). For the purpose of this Sources Sought, the Government seeks to identify those companies interested in supporting one, or more, of the following functional activities. The Program Team is especially interested in those companies wishing to act in a Prime Integrator (4.d.) role, with the responsibility of sourcing/managing sub-contractors in the roles of 4.a., 4.b., and 4.c. •a. Manufacturer/supplier of F-16 structural components (described in available TDP) •b. Manufacturer/supplier of modification tooling components (described in available tool list) •c. Manufacture/supplier of consumables (e.g., bolts, nuts, screws, rivets, washers, bushings) •d. Prime Integrator (Consolidate, assemble (Kit), and deliver modification, repair, and tool kits, to the Gov't) There is no limit to how much information interested parties wish to provide. However, the Government requests, as a minimum: •a. Brief description of your company, with points of contact information •b. Current business classification (e.g., Large, Small, Disadvantaged) •c. Currently supported NAICS/PSC codes •d. Functional activity you are considering to support. •5. The U. S. Air Force asserts that it has a responsibility to advance the possibility for competition for this requirement at the earliest practical juncture. This agency will be sensitive to the possible development of Organizational Conflicts of Interest (OCI) as this effort progresses. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract or agreement. The Government will not be obligated to pursue any particular acquisition alternative as a result of this notice. Responses to the notice will not be returned. Not responding to this notice does not preclude participation in any future solicitation, if one is issued. The program team anticipates a follow-on Sources Sought release in Feb. 2016. This will represent the formal notification of the Government Industry Day, with dates, times, and locations. An updated Draft TDP and Tool Kit List will also be provided at that time. •6. Please provide responses and request for data files via email to Mr. Eric Dumpert at eric.dumpert@us.af.mil. You must include the following information: •a. Point of contact (POC) name •b. Company name •c. Nationality of POC (if not a U.S citizen) •d. Country where company is registered (i.e., conducts primary business) •e. POC telephone number •f. POC personal email address (to receive data files) We look forward to receiving your reply as soon as practicable, but not later than 6 Feb. 2016. If you have any questions, please email them to Mr. Dumpert.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FA8232-16-R-F16-SLEP-Production/listing.html)
- Record
- SN03992767-W 20160116/160115083813-c579b909421b1a7ca02d0eee1d7469e2 (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 |