SOURCES SOUGHT
16 -- Request for Information (RFI): C-17 Aircraft Test Set, Hydraulic Brake
- Notice Date
- 6/27/2016
- Notice Type
- Sources Sought
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, PK/PZ - Robins AFB, 215 Page Rd, Robins AFB, Georgia, 31098-1611, United States
- ZIP Code
- 31098-1611
- Solicitation Number
- FA8526-16-R-0019
- Archive Date
- 7/13/2016
- Point of Contact
- Alexander H Comportie, Phone: 478-222-2672
- E-Mail Address
-
alexander.comportie@us.af.mil
(alexander.comportie@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Request for Information (RFI): C-17 Aircraft Test Set, Hydraulic Brake NSN: 6685-01-453-5374 Part Number: 17G133027-503 INSTRUCTIONS: 1. The document(s) below contain a description of the C-17 requirement and a Contractor Capability Survey. The Survey allows Contractors to provide their company's capability. 2. If, after reviewing these documents, you desire to participate in the market research, you should provide documentation that supports your company's capability in meeting these requirements. Failure to provide documentation may result in the government being unable to adequately assess your capabilities. If you lack sufficient experience in a particular area, please provide details explaining how you would overcome the lack of experience/capabilities in order to perform that portion of the requirement (i.e., teaming, subcontracting, etc.) • Identify any areas of work that your organization believes should be broken out exclusively for Small Business. 3. Questions relative to this market survey should be addressed to the PCO via email at alexander.comportie@us.af.mil, however if submission of questions contain attached documents and/or export controlled data then mail to the following address: AFLCMC/WLMK Attn: Mr Alexander Comportie, PCO Bldg 301 235 Bryon St., STE 19A Robins AFB GA 31098-1600 PURPOSE/DESCRIPTION The Government is conducting market research to identify potential sources that possess the expertise, capabilities, and experience to meet qualification requirements to build the Test Set, Hydraulic Brake, NSN: 6685-01-453-5374, P/N: 17G133027-503, for the C-17 Aircraft. The AMC/AMSC code for this item is 3R, and the government does not possess build to print drawings. The performance requirements for this item are from the Boeing drawing 17G133027. This is a Specification Control Drawing which, in simple terms, means incomplete drawings. There is not enough detail for a new vendor to build. Therefore, a new vendor would have to develop detail drawings that will satisfy the performance requirements (form, fit, and function). The proprietary data for this item belongs to Eidal International Corporation, CAGE Code 72869. This is restricted to Eidal International Corporation, CAGE Code 72869 This item shall be capable of testing 3 C-17 brake assemblies simultaneously. The working pressure is 4000 psi. The hydraulic components shall withstand without rupture or external leakage a burst pressure of 2.5 times the maximum working pressure. The hydraulic system and its components shall also be subjected to a proof pressure test of 6000 psi without permanent deformation or leakage. The Hydraulic Brake System Test Set consists of three hose assemblies with quick disconnect (qd) fittings and a 3-inch high 90 degree elbow fitting for connecting to the forward hydraulic aircraft (a/c) brake qd fittings, three pressure gauges, three pressure dump valves, three qd adapters and a hose for disposal of spent hydraulic fluid into a separate container. The three qd adapters have qd fittings on each end to adapt between the a/c inlet brake hose and the test set hose. The three test set hoses are 3/8 inch x 10 feet long. The drain hose is ¼ inch x 40 inches long. The pressure measurement device is equipped to test three brake assemblies simultaneously, either the pressure at the a/c brake inlet hose or the pressure within the brake assembly. The drain hose is used to drain the brake fluid into a separate container (not furnished) after the test has been performed. The three pressure hoses cannot be incorrectly connected due to each end of the hose having a different type qd fitting. The four hose assemblies and the three qd adapters are stored in a separate container from the pressure measuring device. The government has no examples in stock for potential suppliers to evaluate. FAR 52.215-3 -- Request for Information or Solicitation for Planning Purposes. As prescribed in 15.209(c), insert the following provision: Request for Information or Solicitation for Planning Purposes (Oct 1997) (a) The Government does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and proposal costs, of the Federal Acquisition Regulation. (b) Although "proposal" and "offeror" are used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal. (c) This solicitation is issued for the purpose of: Request for Information. (End of Provision) CONTRACTOR CAPABILITY SURVEY Test Set, Hydraulic Brake, NSN: 6685-01-453-5374, P/N: 17G133027-503 Part I. Business Information Please provide the following business information for your company/institution and for any teaming or joint venture partners: • Company/Institute Name: • Address: • Point of Contact: • CAGE Code: • Phone Number: • E-mail Address: • Web Page URL: • Size of business pursuant to North American Industry Classification System (NAICS) Code: 334519 Based on the above NAICS Code, state whether your company is: • Small Business (Yes / No) • Woman Owned Small Business (Yes / No) • Small Disadvantaged Business (Yes / No) • 8(a) Certified (Yes / No) • HUBZone Certified (Yes / No) • Veteran Owned Small Business (Yes / No) • Service Disabled Veteran Small Business (Yes / No) • Central Contractor Registration (CCR). (Yes / No) • A statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership). RFIs are to be posted for 30 days for efforts greater than $3.0M, 45 days for foreign place of performance, otherwise, 15 days. Written responses, no facsimiles or e-mails please, must be received no later than close of business 12 July 2016. Please mail two (2) copies of your response to: AFLCMC/WLMK Attn: Mr Alexander Comportie, PCO Bldg 301 235 Bryon St., STE 19A Robins AFB GA 31098-1600 NOTE: Ensure data is either hard copy or in a readable electronic format. CD-R or DVD-R (write once/read only) that is "closed" so that no further writes can be made to the media. CD-R/W or DVD-R/W media types are not acceptable. Media must be virus scanned prior to submitting to the Government. Questions relative to this market research should be addressed to the PCO: AFLCMC/WLMK Attn: Mr Alexander Comportie, PCO Bldg 301 235 Bryon St., STE 19A Robins AFB GA 31098-1600 Part II. Capability Survey Questions A. General Capability Questions: 1. Describe briefly the capabilities of your facility and nature of the goods and/or services you provide. Include a description of your staff composition and management structure. 2. 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). 3. Describe your company's experience in building similar equipment to the Part Number/NSN listed above. 4. Describe your company's capabilities and experience in generating technical data, engineering drawings and manuals. Identify what software programs are utilized to generate these data products and what formats are available for delivered items. 5. What is your company's current maximum capacity per month for this particular type of requirement? Provide information on any facility reserves you may possess to increase capacity in the event of an immediate need do to critical operational mission requirements. 6. What quality assurance processes and test qualification practices does your company employ? Provide a description of your quality program (ISO 9001, AS9100, etc.) • Provide a detailed quality plan implementing AS9100 (or equivalent). B. Commerciality Questions: 1. Is there established catalog or market prices for our requirement? 2. If you offer this product and/or service to both U.S. Government and commercial sources, is the same workforce used for both the U.S. Government and general public? 3. Is our requirement offered to both under similar terms and conditions? Briefly describe any differences. 4. Describe your standard warranty and return process for goods and services furnished to the government for items similar in nature to this requirement. C. Manufacturing Questions 1. Describe your capabilities and experience in manufacturing with regard to the requirements of this effort. 2. Describe your capabilities and experience in developing/modifying manufacturing procedures. Include associated upgrade of technical orders and preparation of new technical orders. 3. Demonstrate your ability and experience in the manufacture of the same or similar components, which are currently utilized in the commercial or military environment by providing the following information on the same or similar items: a) Contract Number b) Procuring Agency c) Contract Value d) Number of assets shipped 4. Provide your commercial manual(s) or Acceptance Test Procedures (ATP) and your rights to these manuals and or ATP used in the manufacture and functional check of these or similar assets for Government Engineer review. 5. Describe your capabilities and experience in test, evaluation, and repair processes/procedures with regard to manufacturing items. 6. Describe your configuration management processes and how you identify and resolve parts obsolescence and diminishing manufacturing sources problems? 7. Discuss your process for addressing any fit, form, and or function issues that may arise out of the requirements of this effort. 8. Describe your process for maintaining inventory records and reporting on hand/work-in-process balance and manufacturing status to your customer. 9. Include a detailed listing of facilities and equipment, including quantities, required to satisfy the requirements of this effort. a. Provide an outline of the proposed process, including inspections. i. State the type of test procedures are anticipated for this effort. ii. State the type of inspection processes anticipated for this effort. 1. NDI/T. 2. Destructive testing/inspection. 10. How will your organization address the absence of drawings, specifications, technical data, test procedures, etc. 11. If the item cannot be manufactured in total, state what your organization can produce. 12. State any technology insertion ideas for the item that would be suitable for this effort. 13. Discuss any reverse engineering or item replacement opportunities that may be present.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/FA8526-16-R-0019/listing.html)
- Record
- SN04163032-W 20160629/160627234634-8ce5972cf0ba1da888166e16e8257bd1 (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 |