Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 07, 2018 FBO #6132
SOURCES SOUGHT

J -- B-2 Shaft Fault indicator NSN-6625-01-305-8713 P/N DAA3116P419-305

Notice Date
9/5/2018
 
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
NSN-6625-01-305-8713
 
Archive Date
10/5/2018
 
Point of Contact
Julie Reil, Phone: 405-736-5398
 
E-Mail Address
julie.reil@us.af.mil
(julie.reil@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Repair of B-2 Shaft Fault Indicator NSN: 6625-01-305-8713 P/N: DAA3116P419-305 THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUEST FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. This Sources Sought Synopsis is in support of Market Research being conducted by the United States Air Force (USAF), Air Force Material Command (AFMC), Air Force Sustainment Center (AFSC), 424th Supply Chain Management Squadron, Tinker AFB OK, to identify potential repair/overhaul sources for the requirement identified below and to determine if this effort can be competitive or set aside to small businesses. The Government does not intend to award a contract on the basis of this market research. No funds are available to pay for solicited information. The proposed North American Industry Classification Systems (NAICS) Code is 336413 (Other Aircraft Parts and Auxiliary Equipment Manufacturing), which has a corresponding Size Standard of 1,250 employees. The Government is seeking capabilities statements from all potential sources, including Small Businesses, Small Disadvantaged Businesses 8(a)s, Service-Disabled Veteran-Owned Small Businesses, Hubzone Businesses, and Women-Owned Small Businesses. Small businesses with only partial capabilities of this requirement are encouraged to submit capabilities statements demonstrating the portion of the requirement they are capable of providing/performing. This information will allow the Government to identify areas of possible breakout or possible subcontracting opportunities. The Government will use this information to define the acquisition strategy for the repair of the B-2 Shaft Fault Indicator. The government does have access to ALL applicable/required Technical Orders. Only the Technical Orders listed below are available. No qualification requirements exist. Consequently, potential sources for this requirement would typically be companies who have a license or agreement with the Original Equipment Manufacturer (OEM) Hamilton Sundstrand, Cage Code 99167 to complete the work described, including military specific modifications. Technical Orders applicable to this sources sought synopsis are as follows: Tech Order Date Description 16G2-3-10-3 9 Dec. 1999 Depot Maintenance Shaft Failure Indicator DAA3116P419-305 To obtain copies of Technical Orders, please see attachment entitled Tech Order and Drawings Request Info as of June 2017. The Government requests that interested parties respond to this notice by providing the requested information in PART I and PART II below: Description of B-1 Structural Components needing repaired and/or overhauled: The projected Best Estimated Quantities (BEQ) will be approximately 5 per year total for the NSN listed. Noun: Shaft Fault Indicator NSN: 6625-01-305-8713 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: 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). Is your company interested in possible subcontracting opportunities? If so please describe in detail what part or parts of this requirement that your company capable or interested in performing. Part II. Capability Survey Questions A. General Capability Questions: 1. Describe briefly the capabilities of your facility and the 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. Provide a list of quality assurance processes and test qualification practices your company employs. Please provide a description of your quality program (ISO 9001, AS9100, etc.) 4. Describe your company's capabilities and experience in generating technical data, engineering drawings and manuals. Identify what software programs (i.e. Solidworks, AutoCAD, etc.) are utilized to generate these data products and what formats are available for delivered items. 5. Describe your company's capability to obtain or manufacture molds/tooling. Also, provide information on your type of molding process. Provide examples with photos and part numbers of previous molds and tooling that your company has developed. 6. Provide your company's current maximum production capacity per month. Provide information on any facility reserves you may possess to increase production capacity in the event of an immediate need due to critical operational mission requirements. 7. Are there specific requirements in the documentation that we provide that would currently preclude your service from being a viable solution to our requirement? 8. 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. B. Repair Questions: 1. Describe your capabilities and experience in modifying existing systems/equipment (hardware and software) to solve maintenance and support problems in the depot environment. Provide examples with photos and part numbers of previous examples of solutions to maintenance and support problems your company has developed. 2. Describe your capabilities and experience in developing/modifying repair or maintenance procedures. Include associated upgrade of technical orders and preparation of new technical orders. Provide examples with photos and part numbers of previous examples of developing/modifying repair or maintenance procedures your company has developed. 3. Describe your configuration management processes and how you identify and resolve parts obsolescence and diminishing manufacturing sources problems? 4. Describe your process for maintaining inventory records and reporting on hand/in work balances and repair status to your customer. Submit information requested above via email to 424S C M S A FM C R F I R e @ u s.a f.m i l. Technical questions regarding this sources sought may also be submitted to this email address. In the subject line of the e- mail include "SS for B-2 Shaft Fault Indicator". Oral submissions are not acceptable for any requested information. Suspense is for 30 days after posting. To obtain data please submit your approved DD2345 "Military Critical Technical Data Agreement" via email to: Tinker, AFB AFLCMC/LZPTP (Technical Order Public Sales Office) 7851 Arnold St. Bldg 3, Room 205 Tinker AFB, OK 73145-3009 aflcmc.ezgtp.pubsale@us.af.mil POC: Blaser Munger blaser.munger.2@us.af.mil Comm: (405) 736-3868 POC: Jim Galambos james.galambos.1@us.af.mil Comm: (405) 736-3197 AFLCMC/LZPES (Drawings Public Sales Office) 3001 Staff Drive, Suite 1AB82A Tinker AFB, OK 73145-3041 ocalc.lgldo.public@us.af.mil Hill, AFB POC: Brad Ramsey bradley.ramsey@us.af.mil Comm: (405) 736-4402 AFLCMC/LZPEF (Technical Order Public Sales Office) 6032 Fir Ave., Bldg 1237 Hill AFB, UT 84056-5820 aflcmc.ezgtp.pubsale@us.af.mil POC: Sean Murphy sean.murphy.67@us.af.mil Comm: (801) 775-3863 AFLCMC/LZPEF (Drawings Public Sales Office) 6020 Gun Lane, Bldg 1218 Hill AFB, UT 84056-5820 aflcmc.ezgtp.pubsale@us.af.mil Robins, AFB AFLCMC/LZPEM (Public Sales Office) 285 Cochran St. Robins AFB, GA 31098-1669 robinspublicsales@us.af.mil SASPO website link at: http://www.tinker.af.mil/Home/429SCMSSASPO.aspx POC: Julia Seas julia.seas@us.af.mil Comm: (405)736-7373
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/NSN-6625-01-305-8713/listing.html)
 
Record
SN05073785-W 20180907/180905231424-5ab33c9b4255dc63d2f6e0b9525a4b64 (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.