SOURCES SOUGHT
14 -- Wings and Fins Subassemblies - AMRAAM
- Notice Date
- 9/14/2023 10:40:58 AM
- Notice Type
- Sources Sought
- NAICS
- 336419
— Other Guided Missile and Space Vehicle Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- FA8556 AFLCMC EBGK COM ROBINS AFB GA 31098-1811 USA
- ZIP Code
- 31098-1811
- Solicitation Number
- FA8556-24-R-000X
- Response Due
- 9/8/2023 12:30:00 PM
- Archive Date
- 09/23/2023
- Point of Contact
- Ivan Jones, Phone: 202-445-7870, Shytina Harley, Phone: 478-497-4337
- E-Mail Address
-
ivan.jones.2@us.af.mil, shytina.harley@us.af.mil
(ivan.jones.2@us.af.mil, shytina.harley@us.af.mil)
- Description
- WINGS AND FINS THIS IS NOT A SOLICITATION, OFFER, OR ACTIVE PROCUREMENT AND WILL NOT RESULT IN AN AWARD. Responses to this RFI will be treated as information only. This RFI is solely for gathering information and is not a Request for Quotation or a Request for Proposal (RFQ/RFP). Responses to this notice cannot be accepted as offers. No entitlement to payment of direct or indirect costs or charges by the Government arises as a result of submitting responses to this RFI or the Government�s use of submitted information.� The Government will not return responses to this RFI or provide feedback from inquiries for status, anticipate date of solicitation release and any other information related to this requirement.� Background This will be in support of the acquisition of the National Stock Numbers (NSNs) listed below. These NSNs are for Wing and Fin Assemblies which are a sub-component of the AIM-120X, CATM-120X, and MSV-120X series of Advanced Medium Range Air to Air Missile (AMRAAM). There is the possibility of this procurement becoming a �build to print� effort comprising of Level III drawings and could potentially contain all the specifications and tolerances necessary to create the required parts.� Copies of all prints have been verified as available, however, it is still possible that later revisions to the drawings may not be in JEDMICS. FSC���� ����� NIIN�������� ��� ��������Noun�� ��������������������������������������� Part No.����� ������������������ DODIC��� 1420��� 01-332-5347�� Wing Assembly��������� ����������������������� 3820402-101����� �������������������� PG64����� 1420��� 01-364-8445�� Fin, Guided Missile��� ����������������������� 3820431-101����� ��������������������PG61����� 1420��� 01-396-0339�� Wing Assembly, Guided Missile������� G601897����������� �������������������� PT44����� 1420��� 01-397-0140�� Fin, Guided Missile Assembly���������� G601895����������� �������������������� PT45����� 6920��� 01-295-3826�� Fin, Missile-LT/CCM ����������������������� 7038180 (-1)����� �������������������� PY96����� 6920��� 01-422-6767�� Fin Assy, CATM P3I� ����������������������� 7006031-1��������� �������������������� XY59 Performance Requirements The critical performance requirements are listed on the top-level drawing of each assembly as follows: dimensional tolerances, functional capabilities and material requirements.� Dimensional tolerances are as tight as +/- 0.0004 inch for machining, with surface finish requirements as low as 25 micro-inches. Functional requirements include passing a series of environmental tests, operational torques, profiles, etc.� Material requirements are titanium, nickel-based alloys and honeycomb. Additional manufacturing requirements include experience and knowledge working with the required materials, as well as machining, brazing, and welding of these materials to be in compliance with aerospace industry standards. Because of their application, these requirements must meet the exacting dimensional and finishing tolerances to support both installation and function. Each component must function within specifications to accomplish their intended mission.� The chemical property specifications must be met in order to ensure expected material performance. These are specifically designed for military applications and have no commercial use. A First Article (FA) may be required from a source other than any offeror who meets the following criteria for a waiver of FA approval: � Offerors who have previously furnished production quantities of the same or similar article to the prime contractor for delivery to the Air Force. � Offerors currently producing the same or similar articles under another Air Force contract. � Provided not more than 36 months have elapsed since completion of the contract. The importance of a FA test is stressed because failure of these items in operation could cause catastrophic failure on the wing of an aircraft. Some FA test requirements may be listed on the top level drawings and key component drawings. This is a severe test that includes both thermal as well as vibratory loads. Failure to pass this FA would invoke additional time and effort by both the Government as well as the vendor. FA testing may be conducted by contractor, with Government performing a fit, form, function inspection on next higher assembly. THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes; it does not constitute an Invitation for Bid (IFB), a Request for Proposal (RFP), or a Request for Quote (RFQ). This RFI does not commit the Government to contract for any supply or service whatsoever. The Government WILL NOT PAY for any information received in response to this RFI, and the Government will not compensate the respondent for any cost incurred in developing the response to this RFI. Respondents are notified that a formal solicitation may not necessarily result from this RFI. Availability of any formal solicitation may be announced under a separate Federal Business Opportunities announcement. Any requests for copies of solicitations will not be addressed since this is an RFI, not an RFP. Not responding to this RFI does not preclude participation in any future RFP. Any comments provided may or may not be included in a formal solicitation. Please NO proprietary, classified, confidential, or sensitive information should be included in your response to this Sources Sought Notice unless contractor deems absolutely necessary; then, it should follow FAR 52.215-1(e) restriction on disclosure and use of data.� The Government will not release any information marked with a proprietary legend received in response to this RFI to any firms, agencies or individuals outside the Government without written permission in accordance with the legend. Please be advised that all submissions become Government property and will not be returned. INSTRUCTIONS: 1. The document(s) below contain a description of the Wings & Fins requirement and a Contractor Capability Survey. The Survey allows Contractors to provide their 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.� 3. ATTENTION: SMALL BUSINESS RESPONDENTS who are interested in participation for this effort: No set aside decision has been made; however, the Government will determine the final strategy after thorough analysis of the small business responses and other market research available, considering the demonstrated interest and capability.� Please ensure that you provide a thorough response to each question.� If your company does not currently possess the full capability required to fulfill the entire requirement, what teaming/partnership/joint venture/subcontracting arrangement do you have in place to fulfill the Government needs? Providing evidence of this arrangement, e.g. emails, letter, etc. that demonstrates a united response to this RFI is highly encouraged, but not required. The evidence should state the type of arrangement and the role each member will fulfill.� If you are only interested in being a subcontractor to the future awardee, state the portion of the work that your organization has capability of fulfilling.� Identify any areas of work that your organization believes should be broken out exclusively for Small Business. 4. Both large and small businesses are encouraged to participate in this Market Research.� Joint ventures or teaming arrangements are encouraged. Questions relative to this market survey should be addressed to the Procuring Contracting Officer (PCO). SUBMITTAL INSTRUCTIONS If you meet the criteria for submission, please respond to this RFI with a white paper detailing your capabilities and experience then send to: Shytina.harley@us.af.mil Ivan.jones.2@us.af.mil If your documentation is too large (>5MB) to send via email, upload it to DoD SAFE: https://safe.apps.mil/ Please remember to include the documentation and a contractor POC.� If you have any questions on this RFI, or have issues uploading documentation, please send an email to the above email address. 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: ����� Government Proposed North American Industry Classification System (NAICS) Code: ������ ������ Based on the Government proposed 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) Service Disabled Veteran Small Business����� (Yes / No) System for Award Management (SAM)� ����� (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 1. Describe your capabilities and experience in manufacturing with regard to the requirements of this effort. 2. Describe your capabilities and experience in developing/modifying manufacturing procedures.� Include associated upgrade of technical orders and preparation of new technical orders. 3. Demonstrate your ability and experience in the manufacture of the same or similar components, which are currently utilized in the commercial or military environment by providing the following information on the� same or similar items: Contract Number Procuring Agency Contract Value Number of assets shipped 4. Provide your commercial manual(s) or Acceptance Test Procedures (ATP) and your rights to these manuals and or ATP used in the manufacture and functional check of these or similar assets for Government Engineer review. 5. Describe your capabilities and experience in test, evaluation, and repair processes/procedures with regard to manufacturing items. 6. Describe your configuration management processes and how you identify and resolve parts obsolescence and diminishing manufacturing sources problems? 7. Discuss your process for addressing any fit, form, and or function issues that may arise out of the requirements of this effort. 8. Describe your process for maintaining inventory records and reporting on hand/work-in-process balance and manufacturing status to your customer. 9. Include a detailed listing of facilities and equipment, including quantities, required to satisfy the requirements of this effort. Provide an outline of the proposed process, including inspections. State the type of test procedures are anticipated for this effort. State the type of inspection processes anticipated for this effort. NDI/T. Destructive testing/inspection. 10. How will your organization address the absence of drawings, specifications, technical data, test procedures, etc. 11. If the item cannot be manufactured in total, state what your organization can produce. 12. State any technology insertion ideas for the item that would be suitable for this effort. 13. Discuss any reverse engineering or item replacement opportunities that may be present. ********************************************************************************************************************** Please note: A virtual industry day will be conducted on September 12th. Please see all attachments in reference to registering and securing your placement in the virtual industry day. ********************************************************************************************************************** AMENDMENT 1 Please note that industry day was sucessfully completed on September 12, 2023. As a result of the Industry Day and one-on-ones that took place, the following attachments are hereby added to this RFI/Industry Day notice: -Industry Day Contractor Tracker -Industry Day Questions and Answers -Industry Day Wings & Fins Presentation
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/cffe97b6ba2a4b379b5b04f0f490ce5f/view)
- Record
- SN06832451-F 20230916/230914230127 (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 |