Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 11, 2018 FBO #6197
SOURCES SOUGHT

J -- F108 Stage 1 Fan Blade Repairs 005 - 010 - Repair Qualification Requirements

Notice Date
11/9/2018
 
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
FA8132-19-R-9999
 
Point of Contact
Bruce B. Giddings, Phone: 4057364089
 
E-Mail Address
bruce.giddings@us.af.mil
(bruce.giddings@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Repair Qualification Requirements F108 Stage 1 Fan Blade Repairs 005 - 010 NSN 2840-01-196-6053 This market survey is being conducted to identify potential sources that may possess the expertise, capabilities, and experience to meet the requirements for qualification and repair of the F108 Stage 1 Fan Blade Repairs 005 - 010 for use by United States Air Force (USAF). Contractors/Institutions responding to this market research 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. INSTRUCTIONS: 1. Below is a description of the F108 Stage 1 Fan Blade Repairs 005- 010 requirement and a Contractor Capability Survey, which allows you to provide your company's capability. 2. 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.) a. Identify any areas of work that your organization believes should be broken out exclusively for Small Business. 3. Both large and small businesses are encouraged to participate in this Market Research. Joint ventures or teaming arrangements are encouraged. 4. Questions relative to this market survey should be addressed to the primary point of contract. 5. Primary Point of Contact: Bruce Giddings (bruc.giddings@us.af.mil) Contracting Office Address: 3001 Staff Drive, Post 2Q77 Tinker AFB, Oklahoma 73145-3015 6. Send all responses to the above POC with the heading "F108 Stage 1 Fan Blade Repair for OC-ALC Sources Sought Response". 7. Request your company provide a Rough Order of Magnitude (ROM) for this requirement with your response. 8. Submit information to the above POC, include phone number. PURPOSE 1. The Government is conducting market research to identify potential sources that possess the expertise, capabilities, and experience to meet qualification requirements for this repair requirement. The purpose of this Sources Sought Synopsis is to identify sources interested in this requirement and capable of satisfying the scope of services as detailed below. The Government will use this information to determine the best future acquisition strategy for this procurement. Interested parties are advised to review the notice below, the attached documents, and respond as instructed. 2. This notice is for informational and planning purposes only and does not constitute a solicitation for bids or proposals. It is not to be construed as a commitment by the Government. The information in this notice is based on current information available to date. This information is subject to change and is not binding to the Government. Any updated information will be provided in future announcements, if applicable and posted on the Federal Business Opportunities website at www.fbo.gov. Contractors not responding to this Sources Sought Synopsis will not be precluded from participation in any future solicitation, if issued. 3. All documents released prior to the formal request for proposal are in "DRAFT" status and are subject to change. The "DRAFT" documents are provided to give interested parties a better understanding of the scope and magnitude of this potential requirement. DESCRIPTION 1. The Government contemplates the following: a. The award of a Firm-Fixed-Price contact. b. An indefinite delivery contact consisting of a one-year basic ordering period, with four (1) one-year options to extend the ordering period. c. The requirement is for the finishing repairs (Repairs 005 - 010) of the F- 108/CFM 56-2A/B Stage 1 Fan Blade: NSN: 2840-01-196-6053PN, PN: 305-433-401-0, 301-291-938-0, 301-291-939-0; 301-291-941-0, 301-291-942-0, 301-291-947-0, 301-291-948-0. d. The best estimated quantiles (BEQs) are as follows: Base Year 10,000 Ea. Option Year I 10,000 Ea. Option Year II 10,000 Ea. Option Year III 10,000 Ea. Option Year IV 10,000 Ea. These BEQs are subject to change. The approximate award date for the contract is July 2019. e. For repairs 006,007, 008, and 010: i. These repairs, or portions of these repairs, require a Technical License Agreement and Repair Source Substantiation prior to use. It is necessary that the repair source be approved by the Appropriate Regulatory Agency. Obtain a Technical License Agreement from SAFRAN, and receive Repair Source Substantiation before performing this repair. ii. Information concerning a Technical License is available from: SAFRAN Site de Melun-Montereau Aerodrome de Villaroche BP 1936 77019 MELUN CEDEX FRANCE iii. After the repair source has a Technical License Agreement, this repair is available from CFMI. Revisions to the Repair Document will be provided to approved repair sources. The Repair Document and the Repair Source Substantiation requirements may be obtained from: ALL VERSIONS 72-21-01 REPAIR 010 PAGE 901 AUG 15/2003 C CFMI PROPRIETARY INFORMATION : Subject to the restrictions on the cover or first page ALL SAFRAN Site de Melun-Montereau Aerodrome de Villaroche BP 1936 77019MELUN CEDEX FRANCE iv. Substantiation from either the manufacturer or the FAA does not relieve the repair source from complete responsibility for the air-worthiness of the repair accomplished. Changes to the manufacturer or FAA substantiated processes must be approved by the manufacturer and/or the FAA before performing repairs to hardware with the intent of releasing this hardware for approval for return to service. v. Approved Repair Sources. Refer to the CFM56 Repair Sources Directory for a list of approved repair sources. CONTRACTOR CAPABILITY SURVEY 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: 336412 which have a corresponding Size Standard of 1,500 employees 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) • System for Award Mngt (SAM) registered (Yes / No) • A statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership). Part II. Capability Survey Questions A. General Capability Questions: 1. Describe briefly the capabilities of your facility and the nature of the 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. What quality assurance processes and test qualification practices does your company employ? Please provide a description of your quality program (ISO 9001, AS9100, etc.) 4. What is 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 do to critical operational mission requirements. 5. Are there specific requirements in the documentation that we provide that would currently preclude your service from being a viable solution to our requirement? 6. 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. 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. 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. C. Commerciality Questions: 1. Are there established catalog or market prices for our requirement? If you offer this product and/or service to both U.S. Government and commercial sources, is the same workforce used for both the U.S. Government and general public? Is our requirement offered to both under similar terms and conditions? Briefly describe any differences. 2. Describe your standard warranty and return process for goods and services furnished to the government for items similar in nature to this requirement. D. Services Questions 1. Describe your services capabilities and experience with regard to the requirements of this effort. 2. Describe your capabilities and experience in developing/modifying procedures. Include associated upgrade of technical orders and preparation of new technical orders. 3. Demonstrate your ability and experience for the same or similar services, which are currently provided in the commercial and/or military environment by providing the following information on the same or similar items: a) Contract Number b) Procuring Agency c) Contract Value d) Services Provided 4. Describe your capabilities and experience in any required test, evaluation, and repair processes/procedures with regard to the required items. 5. Describe how you/your organization will identify and resolve parts obsolescence and diminishing manufacturing sources problems? 6. Discuss your process for addressing any fit, form, and or function issues that may arise out of the requirements of this effort. 7. Describe your process for maintaining inventory records and reporting on hand/work-in- process balance and manufacturing status to your customer as required. 8. How will your organization address the absence of drawings, specifications, technical data, test procedures, etc.? 9. If your company can not perform the entirety of the requirement what part could or would your company be able to perform? Provide specific info on what could be broken out for your company's performance.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA8132-19-R-9999/listing.html)
 
Record
SN05148596-W 20181111/181109230402-1f6150abcfc143ad3576555ea7a32852 (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.