SOURCES SOUGHT
15 -- B-2 Structural Components RFI
- Notice Date
- 10/16/2017
- Notice Type
- Sources Sought
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment 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
- SPRTA1-18-00000
- Archive Date
- 1/13/2018
- Point of Contact
- 424SCMSAFMCRFIRe,
- E-Mail Address
-
424SCMSAFMCRFIRe@us.af.mil
(424SCMSAFMCRFIRe@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- The United States Air Force and the Defense Logistics Agency, Tinker AFB, Oklahoma is seeking potential sources that are capable of fabricating aircraft structural items used on the B-2 aircraft. All of the aircraft structural items that encompass this announcement are considered line replaceable units (LRUs) - items that can be easily removed from an aircraft by maintenance personnel at forward operating locations. Examples of LRUs include: Doors (cargo, landing gear, etc.), Flight Controls (elevons, rudders, etc.), and other composite components (wing leading edges, panels, etc.). Firms responding shall specify that their services/capabilities meet the specifications provided below, and provide detailed product information to show clear technical compliance. The required minimum capabilities/requirements for these structural components are: 1. Quality system requirements: a. AS9110 Certification (or equivalent); b. All special processes performed by organizations maintaining current NADCAP approvals for relevant special processes; c. Demonstrated quality/production system that tracks perishable materials (such as those used in composite structure fabrication); d. Demonstrated capability to generate and maintain inspection records for storage and cure temperatures (thermographs) and pressures (barographs); 2. Ability to fabricate composite components up to: 400 inches long, 50 inches wide, 15 inches thick, 500 pounds weight. 3. Ability to interpret and generate composite fabrication tooling from numerical loft data. 4. Ability to dimensionally measure lofted aircraft surfaced and verify these results against numerical loft data. 5. Maintains a corporate cost accounting system that is deemed adequate by DCAA/DCMA. 6. Offeror must not be owned (directly or indirectly) by a foreign company(ies) or individual(s) for the duration of any potential Government contract (i.e. Export Control Act will apply). 7. Facilities (manufacturing and offices) and employees to meet the requirements for classified programs. All interested firms shall submit a response demonstrating their capabilities to produce the requested equipment to the primary point of contact listed below. As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. Firms responding should indicate whether they are, or are not, a small business, a socially and economically disadvantaged business, or a woman owned business. The general definition of a small business is one that is independently owned and operated, is not dominant in the field of operation in which it is proposing on Air Force contracts and with its affiliates; and the number of employees is not to exceed the NAICS limitation. NAICS Codes to be used for this acquisition is 336411(1,500 employees) and 336413 (1,250 employees). The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent acquisition. Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not individually be notified of the results of any government assessments. The Government's evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business designation (e.g. SDVOSB, HUBZone, 8(a), SDB, WOSB, VOSB, etc.). Capabilities package: Include technical details of previously produced items: - Type of composite construction (honeycomb core sandwich, solid laminate, filament wound, etc.) - Materials (fiberglass, graphite, Kevlar, poly quartz, etc.) - Size (length, width, thickness, in inches) - Cure temperature (degrees F) Include details of facility: - Space square footage of office, manufacturing, warehouse, etc. - Ability to cold store perishable materials - Autoclave size, temperature, and pressure capability Include details of personnel: - Number of employees - Breakdown of expertise (management, engineering, tool design, quality, technicians, etc.) - Details of training program - Organizational structure All interested firms shall submit a capabilities package that explicitly demonstrates company capabilities - indicating examples of previous Government, military, or commercial sales - and product specifications related to this effort. Responses may be submitted electronically to the following e-mail address: 424SCMSAFMCRFIRe@us.af.mil mailto:424SCMSAFMCRFIRe@us.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/SPRTA1-18-00000/listing.html)
- Record
- SN04714401-W 20171018/171016231001-6aea5e7d104e9d132a598444f08a4de2 (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 |