Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 27, 2017 FBO #5787
SOURCES SOUGHT

28 -- SASPO_CU&OH_Refurb - CU&OH Spring 2017 List - CU&OH Word doc

Notice Date
9/25/2017
 
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
SASPO_CUOH_Refurb
 
Archive Date
11/30/2017
 
Point of Contact
Randolph Harris, Phone: 4057348358, Myron O. Knight, Phone: 4057347809
 
E-Mail Address
randolph.harris@us.af.mil, myron.knight@us.af.mil
(randolph.harris@us.af.mil, myron.knight@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Word document of the body of the RFI. This is the current CU&OH Spring 2017 List. It is also located on the SASPO website (http://www.tinker.af.mil/Home/429SCMSSASPO.aspx). Sources Sought Synopsis / Request for Information for the Strategic Alternate Sourcing Program Office (SASPO) Commercially Used & Overhauled (CU&OH) Support 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 PURPOSE/DESCRIPTION SASPO is conducting market research to determine expansion of the CU&OH program. Vendors must be an approved repair source for these items in order to be considered as a "qualified" source of repair. Potential sources of repair shall be capable of furnishing all labor, materials, facilities and equipment required to accomplish the overhaul of the item(s) listed below. However, the intent of this RFI is to gauge interest in expanding the program to include the following criteria as a new means to purchase CU&OH material, and if there is a need for a strategic contract. Method 1 - Purchase the CU&OH parts from a source qualified by the USAF to repair the subject item. The purchase can be made from the qualified source or a distributer for the qualified source. Requirements for purchasing CU&OH parts using method 1: 1. The supplier must provide a cover letter including the method being used to purchase the CU&OH parts and all applicable information from MQR-PSD-1, section 8.3 2. The supplier must provide a repair source agreement from the subject PN with the qualified source cage. The provided cage must match a valid cage on a current AFMC Form 762 (Contract Repair Screening Analysis Worksheet) 3. The supplier must be ISO 9001 or AS9100 certified. 4. For any life limited parts the supplier must provide a comprehensive life cycle history. 5. The supplier must provide a Certificate of Conformance (CoC), such as an ATA Specification 106 "Part of Material Certification Form", 8130-3 "Authorized Release Certificate", or similar form (with like information) containing a non-incident statement, certifying that the items were manufactured by the original equipment manufacturer (OEM), and were not removed from engines that operated in volcanic ash, radiation exposure or submerged. Method 2 - Purchase the CU&OH parts from a FAA part 145 certified repair source. Using this method the purchase of Critical Safety Items (CSI) or any life limited parts is NOT approved. This method is currently only being used to purchase CU&OH parts in which the USAF does not have a qualified repair source. Requirements for purchasing CU&OH parts using method 2: 1. The supplier must provide a cover letter including the method being used to purchase the CU&OH parts and all applicable information from MQR-PSD-1, section 8.3 2. The supplier must have an authorized FAA Type Certificate for the subject part. 3. The supplier must be AS9110, AS9120, and either ISO 9001 or AS9100 certified. 4. The mechanic/individual that approved the article for return to service must have a FAA Mechanic Certificate with a power plant rating 5. The supplier must provide a Certificate of Conformance (CoC), 8130-3 "Authorized Release Certificate" containing a non-incident statement, certifying that the items were manufactured by the original equipment manufacturer (OEM), and were not removed from engines that operated in volcanic ash, radiation exposure or submerged. Currently, this program has only consisted of procurements of refurbished CFM-56-2A / F108 engine piece parts; however, the government is considering the addition of the following four engines piece parts. •A) T56 - T501-D •B) TF33 - JT3D-7 •C) TF34 - CF34 •D) J85 - CJ610 Included in this Source Sought Synopsis (SSS) is an attachment with the current CU&OH requirements. Parameters for disqualification of parts: Involved in an accident, submerged in water, exposed to volcanic ash, or exposed to radiation. Part I. Business Information Please provide the following business information for your company. · Company/Institute Name: · Address: · Point of Contact: · CAGE Code: •· Phone Number: •· E-mail Address: •· Web Page URL: Part II. Capability Survey Questions No capabilities statements are needed for the purposes of this market research. Submission of Information: Both large and small businesses are encouraged to participate in this market research. All interested parties are invited to submit a response to this SSS to the SASPO workflow account, 429SCMS.SASPO.Workflow@us.af.mil on or before 31 October 2017. All responses should be received no later than 3:00 PM CST. Please note: Emails containing file types such as:.zip,.xlsx,.docx, or other macro-enabled extensions, may not be delivered to the intended recipient. Responses to this SSS must be readable by Microsoft Office or Adobe software. Responses to this SSS shall be unclassified. All questions and comments must be in writing, no telephone calls. Prior to the response date, if necessary, potential respondents may request clarifications by email. Significant SASPO responses to a potential respondent's request for clarification will be posted to FedBizOpps under this SSS. SASPO may provide feedback to respondents regarding their response to this SSS. SAR submissions and questions should be submitted to the AFSC Small Business Office at: AFSC/SB 3001 Staff Drive, Suite 1AG 85A Tinker AFB, OK 73145-3009 E mail: afsc.sb.workflow@us.af.mil Website: http://www.tinker.af.mil/sbo.asp NOTE: Potential sources should only submit SAR related questions to the above contact. Inquiries of a technical nature should be submitted to the cognizant engineering activity at 423SCMS.FedBizOps.Inquiries@us.af.mil. DO NOT CONTACT THE ORIGINATOR OF THIS POST WITH QUESTIONS. Interested sources must select "add me to interested vendors" button above or below to be considered participants in this market research effort. Disclaimers: The Government does not intend to award a contract on the basis of this Sources Sought Synopsis (SSS). As stated in Federal Acquisition Regulation (FAR) 15.201(e) and FAR 52.215-3, responses to this notice are not offers, and shall not be accepted by the Government to form a binding contract. This SSS is issued for the purpose of collecting market research, solely for informational, planning, identification of capable sources/recommended strategy and if this effort can be competitive or a Small Business Set-Aside. The information provided in response to this SSS is for discussion purposes and any potential strategy that may be developed from these discussions would be the subject of a separate, future announcement. The information received in response to this SSS may be utilized by the Government in developing an acquisition strategy, and requirements documents (i.e.; Statement of Objectives, Performance Work Statement, or Purchase Description). The Air Force requires that only non-proprietary information be submitted in response to this SSS. The Air Force shall not be liable for or suffer any consequential damages for the use of any proprietary information
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/SASPO_CUOH_Refurb/listing.html)
 
Record
SN04692629-W 20170927/170925231352-ce9ee8a9dd04b851a14314394fda5711 (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.