Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 27, 2022 SAM #7544
SOURCES SOUGHT

29 -- F-16 Fuel Control Unit Reverse Engineering

Notice Date
7/25/2022 7:15:41 AM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
FA8206 AFSC PZAAA2 HILL AFB UT 84056-5825 USA
 
ZIP Code
84056-5825
 
Solicitation Number
FA8206-23-F16FCU
 
Response Due
9/1/2022 3:00:00 PM
 
Point of Contact
Terra Clarke, Phone: 8015863954, Paige LaPoint, Phone: 8015862947
 
E-Mail Address
terra.clarke@us.af.mil, paige.lapoint@us.af.mil
(terra.clarke@us.af.mil, paige.lapoint@us.af.mil)
 
Description
Intent: This is not a solicitation but rather a Sources Sought Synopsis (SSS) to determine potential sources for planning purposes only.� The Government does NOT intend to contract on the basis of this request or otherwise pay for any information solicited herein. This SSS is intended to conduct market research to determine if potential future sources exist for part recognition through optical scanning of secondary power system components for future contracts. The proposed North American Industry Classification Systems (NAICS) Code is 541330 which has a corresponding Size standard of $22.5 million. The Government will use this information to determine the best acquisition strategy for this procurement. Purpose: The purpose of this project is to reverse engineer commonly replaced items used on the F-16 FCU. Drawings will need to be created, and prototypes will need to be built to fully test the functionality and operability of the new reversed engineer designs. With any subsequent solicitation resulting in award of contract, the government will require full ownership of the data rights to the new drawings. In addition, it will be required for the new contractor to provide an approved supplier(s) of the new parts. The contractor will be reverse engineering the following assemblies and all sub-components contained therein. P/N 104030-3 ( NSN 2915010556515) P/N 26600134-4 (NSN 2915015702356) Actions: The Government requests that interested parties respond to this notice if applicable and identify your small business status to the identified NAICS code. Additionally, please provide any anticipated teaming arrangements, along with a description of similar services offered to the Government and to commercial customers for the past three years. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. All information submitted will be held in a confidential status. All proprietary information should be marked as such. Both Large and small businesses are encouraged to participate in this Market Research. Responses to this announcement shall include the following: 1) Detailed descriptions of capability and experience in reverse engineering parts for the government 2) Current or previous contracts (if any) using reverse engineering parts for the government; 3) Impediments or unique issues that would apply to support reverse engineering the F-16 Fuel Control Unit; 4) Time needed to obtain parts, reverse engineer, create drawings, create a prototype, and test the parts; 5) Business size and percentage goals for small businesses. Please do not send brochures or other marketing information. Responses must be electronically submitted in accordance with this synopsis and shall be limited to 10 pages Submission shall also include the following information: Relevant Experience to include describing the offeror�s capabilities with regard to trouble shooting, reverse engineering, testing, scanning, and prototyping. Company profile to include the following:� Firm name, mailing and manufacturing facility location. CAGE code, DoDAAC (if currently have one), and DUNS number Small Business designation/status claimed. Interested parties must submit with their response the following:� A brief summary of the company's capabilities (a description of facilities, personnel, and past repair experience as it relates to the provided criteria herein) and availability� Some items may be considered to be sensitive information. Each interested company shall explain how they will keep all parts and information provided confidential and secured. Technical data package that would be used in part reverse engineering, part setup for ease-of-scanning, or any agreement or access to all appropriate data the government does not own or have the right to utilize as part of the testing. Support and test equipment availability;� Proof that you have previously provided, or are currently providing, the same or similar service to the DoD or to an OEM. This can be a list of present or past government contract numbers, with award dates. Explanation of how all testing and evaluation criteria will be met and tested. Accreditation number of laboratory to be used shall be provided. Response Date and Submission: Interested parties have 30 calendar days from the date of this publication to submit information to be considered in the part reverse engineering for Secondary Power Systems Parts. The information provided is to the best of the Government�s knowledge of plans, desires, and general situation as it exists at this time. This requirement is in the acquisition planning phase; therefore, all information provided herein is potentially subject to change. Any response to this market research should reference the following: Power Systems F-16 Fuel Control Unit Reverse Engineering Project. Testing and Repair Evaluation: �All interested parties will be required in the future to offer their prototype for use and testing. Testing is anticipated to be conducted in the following manner.� Accumulation of hardware � (government task) At the start of the program, many of the parts to be tested shall be gathered. This will be conducted by government personnel. Measurement of parts and analysis of materials and coatings � (contractor task) The parts obtained by the government shall be measured and analyzed sufficiently by the contractor to give good confidence in the drawings and solid models produced by the contractor in support of the reverse engineering project.� Solid Model � (contractor task) A solid model of all components and assemblies shall be produced and delivered to the government IAW the CDRL. Drawings � (contractor task) The drawings shall be delivered to the government with full government purpose rights. Preliminary Design Review (PDR) � (Both) The contractor shall conduct a PDR for the reverse engineered parts either at the contractor�s facility or via TEAMs (as agreed upon with the government). Slides shall be produced to be delivered to the government for review. Critical Design Review (CDR) � (Both) The contractor shall conduct a CDR for the reverse engineered parts either at the contractor�s facility or via TEAMs (as agreed upon with the government). Slides shall be produced to be delivered to the government for review. Prototype � (Contractor task) The contractor shall produce a minimum of 3 prototypes to the government for testing Assembly of each component � (government task) Each component shall be assembled into a FCU in accordance with (IAW) the technical orders (TO). Benchtop Testing �- (government task) All benchtop testing shall be conducted at the depot (Hill AFB). Testing shall be conducted IAW the TO. Disassembly� (government task) Disassembly of the FCU shall occur IAW the TO. Quarterly Reports � (Contractor task) Four quarterly reports shall be submitted to the government prior to the governments reporting meeting with upper level authority to ensure the most up-to-date information is portrayed. The quarterly reports shall be in a form indicated per the contract CDRL. Final Report � (contractor task) After each component is properly cleaned, the parts shall be re-scanned to verify that the parts are recognized effectively. Scanning shall be completed at the government facilities. Questions relative to this market survey should be addressed to: Primary: Terra Clarke Contracting Officer Dept of the Air Force, Directorate of Contracting AFSC PZACA 6050 Gum Lane Bldg 1215 HAFB, UT 84056-5825 (801) 586-3954 Terra.Clarke@us.af.mil Secondary:����� Paige LaPoint, (801) 586-2947 Paige.LaPoint @us.af.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/6b878df2288f4c3881356b35c45c19dc/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06401139-F 20220727/220725230112 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.