Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 19, 2016 FBO #5230
SOURCES SOUGHT

28 -- B-1 PTO Shaft Repair Sources Sought

Notice Date
3/17/2016
 
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
FA8251PTOshaft
 
Archive Date
6/8/2016
 
Point of Contact
Gregory R. Johnson, Phone: 8017756813
 
E-Mail Address
gregory.johnson.12@us.af.mil
(gregory.johnson.12@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
INTERESTED SOURCES MUST SELECT "ADD ME TO INTERESTED VENDORS" BUTTON ABOVE OR BELOW TO BE CONSIDERED PARTICIPANTS IN THIS MARKET RESEARCH EFFORT. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. North American Industry Classification System (NAICS) Code: 336413 (Other Aircraft Parts and Auxiliary Equipment Manufacturing) SBA Size Standard: 1,250 employees Requirement Information: Repair/Overhaul/Remanufacture of B-1B Secondary Power System (SPS) Power Take-Off (PTO) Shaft This is not a solicitation but rather a Sources Sought Synopsis to determine potential sources for information and planning purposes only. The Government does NOT intend to contract on the basis of this request or otherwise pay for any information solicited herein. This Sources Sought Synopsis (SSS) is in support of MARKET RESEARCH being conducted by the United States Air Force (USAF). This market research is being conducted to determine if responsible sources exist, increase competition for this requirement by identifying potential sources, and to gauge small business interest to determine whether or not this requirement can be satisfied with a Small Business Set-Aside. The Government will use the information gathered through publication of this SSS to determine the best acquisition strategy for this requirement. The Government is interested in all potential sources including Small Businesses, Small Disadvantaged Businesses, 8(a) businesses, Service-Disabled Veteran-Owned Small Businesses, HUBZone Small Businesses, Women-Owned Small Businesses, etc. 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. All information submitted will be held in a confidential status. All proprietary information should be marked as such. Potential sources shall be capable of furnishing all labor, materials, facilities and equipment required to accomplish the Repair/Overhaul/Remanufacture of the item listed below. Generally, the work to be accomplished includes disassembly, cleaning, inspection, assembly, testing, preservation, and packaging to return an unserviceable asset to a like-new condition. Additionally, potential sources may be responsible for supply chain management, logistics planning, forecasting production requirements, long-lead time parts procurement, diminishing manufacturing sources and material shortage issues, and shipping serviceable assets. Potential sources may be responsible for nonrecurring engineering costs associated with becoming a qualified source. Estimated Solicitation Information Estimated Solicitation Date: June 1, 2016 Estimated Solicitation Closing/Response Date: July 1, 2016 Item Information Nomenclature/Noun: B-1B Power Take-Off (PTO) Shaft National Stock Number (NSN): 2835-01-537-3778 Part Number (P/N): 19E170-3B Application: B-1B Applicable TO(s): 2JA5-18-2, B-1 PTO Production Information: P/N NSN Noun Estimated Requirement 19E170-3B 2835-01-537-3778 Power Take-Off (PTO) Shaft 5yr IDIQ Contract REQUIREMENT: This effort is for Repair/Overhaul/Remanufacture of the B-1B PTO Shaft to support the Secondary Power System (SPS) of the B-1B. The PTO Shaft is a component of the B-1B Secondary Power System (SPS). The PTO Shafts are used to transfer power between the SPS to the aircraft main engines. R epair/Overhaul/Remanufacture of the PTO Shafts must comply with the respective drawings and specifications: •- T.O. 2JA5-18-2, B-1 PTO * * This TO is not current for the overhaul and repair for PTO part number 19E170-3B. The illustrated parts breakdown is current, but the repair and overhaul procedures have not been updated to reflect all the details required to produce an "A condition" shaft. The B-1B PTO shaft is currently buy only with no repair process currently in place. The respondent must be able to demonstrate the ability to obtain or create those resources necessary to perform Repair/Overhaul/Remanufacture the respective Shafts in a timely manner. If the offeror is able to obtain the data, manuals, and tech orders from another party, they must be able to demonstrate that they have the legal right to use said resources to repair and overhaul assets for the Government. The contractor must have the necessary design, manufacturing, production, and process data capable to provide the performance outcomes. SPCC Market research shows this effort is a sole source to the original equipment manufacturer. The Government does not have rights to the data for this requirement and a Qualification Requirement (QR) can be provided to interested parties but data will be required because the Technical Orders are not sufficient at this time. The market survey is for the following: Applicable NSN is: B1B PTO Shaft: 2835-01-537-3778 Responses to this announcement shall include the following: 1) Detailed descriptions of capability and experience in PTO Shaft production for B-1B aircraft listed above; 2) Current or previous contracts on PTO Shafts, and accessories or similar; 3) Impediments or unique issues that would apply to support at the end item level; and 4) Business size and percentage goals for small businesses. Please do not send brochures or other marketing information. Responses must be electronically submitted in accordance with this synopsis and shall be limited to 10 pages. Capable sources are requested to submit electronic technical capability statements and relevant information within 14 calendar days from the date of this publication, to: Greg Johnson, OO-ALC/PZABA, phone (801) 775-6813, greg.johnson.12@us.af.mil. INSTRUCTION: (1) Relevant Experience to include describing the offeror's capabilities with regard to overhaul, repair, and/or manufacturing aerospace flexible shafts. (2) Company profile to include the following: A. Firm name and mailing and manufacturing facility location. B. CAGE code and DUNS number C. Small Business designation/status claimed. D. A brief summary of the company's capabilities (a description of facilities, personnel, and past manufacturing experience as it relates to the above criteria) and availability, complete drawings or technical data package that would be used in manufacture of this item, or any agreement or access to all appropriate data the government does not own or have the right to provide in manufacture of this item. Interested parties who believe that they can meet the military specifications to Repair/Overhaul/Remanufacture this part should contact the Government official listed in this synopsis. Potential sources wishing to be qualified to perform the requirement specified above will request a Qualification Requirement (QR). This will direct the interested party to complete a Source Approval Request (SAR) package and show that each requirement is met or can be waived. Since this shaft DOES NOT have an up to date technical data package, the interested party will be required to have source data for the shaft or have access to this data. An Ombudsman has been appointed to address concerns from offerors or potential offerors during the proposal development phase of this acquisition. The Ombudsman does not diminish the authority of the program director or Contracting Officer, but communicates contractor concerns, issues, disagreements, and recommendations to appropriate Government personnel. When required, the Ombudsman shall maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. The Ombudsman is Mr. Kevin Flinders/PKC, (801) 777-4392. Response Date and Submission : Interested parties have 14 calendar days from the date of this publication to submit information to be considered in the development of the acquisition strategy for this item. The information provided is to the best of the Government's knowledge of plans, desires, and general situation as it exists at this time. This requirement is in the acquisition planning phase; therefore, all information provided herein is potentially subject to change. Any response to this market research should reference the following: B-1B PTO Shaft. Contracting Office Address: USAF AFMC OL:H/PZAAB ATTN: Greg Johnson 6050 Gum Lane Bldg 1215 Hill AFB, UT 84056-5825 Place of Performance: USAF AFMC OL:H/PZAAB 6050 Gum Lane Bldg 1215 Hill AFB, UT 84056-5825 Disclaimer: This SSS is issued solely for informational and planning purposes. It does not constitute a solicitation (Request for Information, Request for Proposal, or Request for Quotation) or a promise to issue a solicitation in the future. The information in this notice is based on current information as of the publication date. The information in this notice is subject to change and is not binding to the Government. If changes are made, updated information will be provided in future notices and will be posted on the Federal Business Opportunities website at www.fbo.gov. Responses to this SSS may or may not be returned. Contractors not responding to this SSS will not be precluded from participation in any future solicitation. INTERESTED SOURCES MUST SELECT "ADD ME TO INTERESTED VENDORS" BUTTON ABOVE OR BELOW TO BE CONSIDERED PARTICIPANTS IN THIS MARKET RESEARCH EFFORT.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FA8251PTOshaft/listing.html)
 
Place of Performance
Address: TBD, United States
 
Record
SN04053909-W 20160319/160317235032-9171b9a9519283aa80ec9f0f81fb7cad (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.