Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 24, 2018 FBO #5937
SOLICITATION NOTICE

J -- Repairs, Spares, and Sustaining Engineering for Corporate Contract Renewal - PWS

Notice Date
2/22/2018
 
Notice Type
Presolicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
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
FA8538-19-RCCORP
 
Point of Contact
Tacoria Odom,
 
E-Mail Address
tacoria.odom@us.af.mil
(tacoria.odom@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
PWS (Draft) for RC Corporate Contract RFI For RC Corporate Contract The Government is conducting market research to identify potential sources that possess the expertise, capabilities, and experience to meet the requirements specified in this document. The NSNs are listed on the attached Performance Work Statement (PWS) spreadsheet. Services shall include teardown, analysis, repair, testing, and procurement of spare components, packing, handling, storage, transportation, data collection, engineering support, and services. Technical data distribution will be authorized to the Department of Defense and US DoD contractors. This acquisition does involve technology that has a military application. The current Air Force strategy involves a sole source contract awarded on 23 Sept 15 to Rockwell Collins, LLC. The current contract's scope is for Air Force items only and there is a requirement to add FMS to this contract. A list of the forecasted repair and spare items are listed in the attached PWS. The Government does not own or have access to the data for these items. The Government has determined that these systems/subsystems are non-commercial and commercial items. Samples of these items are not available for potential sources to evaluate. Contractors/Institutions responding to this RFI are placed on notice that participation in this survey may not ensure participation in future solicitations or contract awards. The Government will not reimburse participants for any expenses associated with their participation in this survey. FAR 52.215-3 -- Request for Information or Solicitation for Planning Purposes 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 RFI 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 RFI is issued for the purpose of the Rockwell Collins corporate contract. INSTRUCTIONS: The attached documents contain a description of the requirements for this service and a Contractor Capability Survey. The Survey allows Contractors to provide their company's capability. See the attached PWS for a description of the services required for this effort. 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.) Questions relative to this market survey should be addressed to the Tacoria Odom, Commodity Council Program Manager, AFMC 429 SCMG/GUMB, tacoria.odom@us.af.mil. The Government is conducting market research to identify potential sources that possess the expertise, capabilities, and experience to meet qualification requirements for the production/repair listed on the attached PWS. Our acquisition strategy is a ten-year contract and will continue through FY30. This requirement is for repair and procurement sources. The projected quantities for each service are identified on the attached PWS. These systems and/or subsystems are currently installed on multiple platforms. Companies must demonstrate they have past experience repairing these systems and/or subsystems. See specific submission requirements in the Part II of this RFI. Rockwell Collins, LLC is currently the prime contractor for the requirements (spares, repair, and sustaining engineering). Rockwell Collins owns the technical data required to repair the line replaceable unit (LRU) s and shop replaceable unit (SRU) s. Parties expressing interest in this requirement must have the capability to access pertinent technical data needed for spares production, repairs, technical support, and contract program management. Interested parties must also be able to provide repair and parts for the designated LRUs and SRUs and return to Government (or designated inventory) in serviceable condition that meets or exceeds the manufacturer specification.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/FA8538-19-RCCORP/listing.html)
 
Record
SN04831658-W 20180224/180222231847-489003c875f3a65d763b47c3fd62dfb0 (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.