Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 21, 2018 FBO #5962
MODIFICATION

J -- FMS J85-21 RFI/Sources Sought - RFI for GE-J85-21 (AMD 01)

Notice Date
3/19/2018
 
Notice Type
Modification/Amendment
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PK - WPAFB (includes PZ, WL, WW, WI, WN, WK, LP, WF, WK), 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218, United States
 
ZIP Code
45433-7218
 
Solicitation Number
FMS_J85-21
 
Point of Contact
April D. Davison, Phone: 4057347002
 
E-Mail Address
april.davison@us.af.mil
(april.davison@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
RFI for GE-J85-21 (AMD 01) REQUEST FOR INFORMATION Air Force Life Cycle Management Center International Propulsion Office (LPSI), Tinker Air Force Base, OK Engine Overhaul Sources for GE-J85-21 1.0 Description 1.1 The Air Force Life Cycle Management Center (AFLCMC, International Propulsion Office (LPSI), located at Tinker Air Force Base, Oklahoma; is seeking information from vendors that are currently capable or interested in becoming capable in performing complete engine overhaul on the GE-J85-21 engine, for Foreign Military Sales (FMS) customers. 1.2 THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. Furthermore, the United States Air Force, is not currently seeking proposals and will not accept unsolicited proposals. Respondees are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI. All costs associated with responding to this RFI will be solely at the interested party's expense. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on http://www.fedbizopps.gov. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement. 2.0 Requested Information 2.1 Interested parties responding to this RFI, should, at a minimum, be able to answer the following questions: • Do you currently possess the tooling, engine test cell, and all other support equipment necessary to successfully perform required 1800 hour periodic inspections (PE) and repairs on the GE-J85-21? • Do you currently possess the personnel and expertise to successfully perform required 1800 hour PE and repairs on the GE-J85-21 IAW United States Air Force Technical Orders? • Do you currently have access to the most current versions of the United States Air Force Technical Orders applicable to the GE-J85-21? If so, please provide the version/date of the Technical Orders you have access to. • Where would the performance of the PE and repairs on the GE-J85-21 take place? Do you own/lease the facility, or would you require the services/facility of a sub-contractor? • If you do not currently possess the tooling, support equipment, personnel, expertise and access to applicable technical orders; are you willing to obtain them? If so, how long do you anticipate this taking? • Are you likely to submit a Source Approval Request (SAR) package, in the event an RFP is solicited? If not, please explain why. • If you were to submit a SAR package, how long would it take you to compile, complete, and submit for approval? 3.0 Responses 3.1 Interested parties are requested to respond to this RFI with a white paper. 3.2 White papers in Microsoft Word compatible format are due no later than 06 April 2018, 12:00PM CST. Responses shall be limited to 10 pages for Section 2 and submitted via e-mail only, to april.davison@us.af.mil. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information. Please be advised that all submissions become Government property and will not be returned. 3.3. Section 1 of the white paper shall provide administrative information, and shall include the following as a minimum: 3.3.1. Name, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, and e-mail of designated point of contact. 3.3.2. Business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUBZone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business) based upon North American Industry Classification System (NAICS) code 336412. The number of pages in Section 1 of the white paper shall not be included in the 10 page limitation, i.e., the 10 page limitation applies only to Section 2 of the white paper. 4.0 Industry Discussions 4.1 AFLCMC/LPSI representatives may or may not choose to meet with potential offerors. Such discussions would only be intended to get further clarification of potential capability to meet the requirements, especially any development and certification risks. 5.0 Questions 5.1 Questions regarding this announcement shall be submitted in writing, via e-mail, to the Contracting Officer, Mrs. April Davison at april.davison@us.af.mil. Verbal questions will NOT be accepted. Questions will be compiled and answers posted on FBO for the benefit of all potential offerors. Questions shall NOT contain proprietary or classified information. The Government does not guarantee that questions received after 06 April 2018, will be answered. 6.0 Summary 6.1 THIS IS A REQUEST FOR INFORMATION (RFI) ONLY to identify sources that are currently capable or interested in becoming capable in performing complete engine overhaul on the GE-J85-21 engine, for Foreign Military Sales (FMS) customers. The information provided in the RFI is subject to change and is not binding on the Government. The United States Air Force has not made a commitment to procure any of the items discussed and release of this RFI should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FMS_J85-21/listing.html)
 
Record
SN04859816-W 20180321/180319231708-715318a30a94c5b7436a0eacca8dba47 (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.