SOURCES SOUGHT
16 -- Request for Information -- T-1 Operational Flight Trainer Modification
- Notice Date
- 3/16/2016
- Notice Type
- Sources Sought
- NAICS
- 488190
— Other Support Activities for Air Transportation
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, Do not use, 1551 Wyoming Blvd SE, KIRTLAND AFB, New Mexico, 87117, United States
- ZIP Code
- 87117
- Solicitation Number
- FA8106T1OFT
- Point of Contact
- Susan G. Myers,
- E-Mail Address
-
Susan.Myers@US.AF.Mil
(Susan.Myers@US.AF.Mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Request for Information -- T-1 Operational Flight Trainer (OFT) Modification THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. This Request for Information (RFI) is in support of Market Research being conducted by the United States Air Force. This is not a Request for Proposal (or solicitation) or an indication that a contractual commitment will exist for this requirement. The government does not intend to award a contract on the basis of this market research. No funds are available to fund the information solicited. The proposed North American Industry Classification Systems (NAICS) Code is 488190, size standard $32.5 mil. The Government is interested in all Small Business, Small Disadvantaged Businesses 8(a)s, Service-Disabled Veteran-Owned Small Businesses, Hubzone Businesses, and Women-Owned Small Businesses. The government requests that interested parties respond to this notice if applicable and identify your small business status to the identified NAICS code. The AFLCMC/WLZW T-1A office at Tinker Air Force Base is requesting information, pursuant to FAR PART 10, in support of Market Research to identify potential sources for the performance of the first modification of the Operational Flight Trainer (OFT) at a contractor facility instead of at the Main Operating Base (MOB). The Government will use this information to determine the best future acquisition strategy for this procurement. The government does not have the associated technical data to provide to potential sources. No qualification requirements or Technical Orders exist. Consequently, potential sources for this effort typically would be companies who have a license or agreement with the Original Equipment Manufacturer, Beechcraft Defense Company (Cage 6CFY2), to complete the work described, including military specific modifications. There is no solicitation package available at this time. All interested parties should send responses to the following questions and any comments or questions to the Contract Specialist: Susan Myers, email: Susan.Myers@us.af.mil or address: 3001 Staff Drive STE 1AE1 104A, Tinker AFB, OK 73145-3020. All responses should be received no later than 3:00 PM CDT, 25 March 2016. All questions and comments must be in writing, no telephone calls. The Government will not pay for any information received in response to this request, nor will the Government compensate any respondent for any costs incurred in developing the information provided to the Government. At the recent T-1A Site Visit held at Randolph AFB on 27-28 January 2016, it was noted that some prospective offerors may be interested in performing the first modification of the Operational Flight Trainer (OFT) at a contractor facility instead of at the Main Operating Base (MOB). The USG is requesting additional information from interested parties on how this would be accomplished if removal of the OFT is permitted. Please provide a detailed response to the following questions: 1. Identify the parts/components of the OFT that will be required to be relocated to ensure a successful modification will be accomplished? Please identify the following at a minimum: a. Will the Instructor Operating Station need to be relocated? b. Will the Seat Shakers need to be removed? c. Will the Visual System need to be removed? 2. Provide details on the process for storing any parts of the simulator left in its current simulator bay 3. Provide a detailed plan on extraction of the required components from the current simulator building 4. Provide a detailed plan for exterior simulator bay wall removal to include any needed planking to minimize ground impact to exterior surfaces 5. Provide details on how the device will be transported to modification facility; include any highways that require permits to transport oversized cargo 6. Provide justification as to benefits of modifying the OFT at the contractor facility versus in place at the current location. Please address the following: a. Decreased/Increased risk b. Impact to modification duration for first/prototype modification c. Potential cost savings d. Benefits to the USG 7. If modification is performed at the MOB, what facility requirements would be required? (I.e. internet connections, office space, office furniture, etc....) All responses should be received no later than 3:00 PM CDT, 25 March 2016.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/e38b10be35f54186916cd8249ee2e1be)
- Place of Performance
- Address: 3001 Staff Drive STE 1AE1 104A, Tinker AFB, Oklahoma, 73145, United States
- Zip Code: 73145
- Zip Code: 73145
- Record
- SN04052243-W 20160318/160316234941-e38b10be35f54186916cd8249ee2e1be (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 |