Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 18, 2003 FBO #0412
SOURCES SOUGHT

R -- Air Force Research Laboratory Probability of Detection Studies for Nondestructive Inspection Facilities

Notice Date
1/16/2003
 
Notice Type
Sources Sought
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, Tinker AFB OC-ALC - (Base Contracting), OC-ALC/PKO 7858 5th Street Ste 1, Tinker AFB, OK, 73145-9106
 
ZIP Code
73145-9106
 
Solicitation Number
Reference-Number-HWSML030160100
 
Archive Date
2/7/2003
 
Point of Contact
James Chandler, Contract Negotiator, Phone 405-739-3516, Fax 405-739-7422,
 
E-Mail Address
james.chandler@tinker.af.mil
 
Description
Request for Information (RFI). This is not a solicitation for bids/proposals, but a Request for Information (RFI). This synopsis is issued for the sole purpose of the OC-ALC/PKOSS Operational Contracting Division, Tinker Air Force Base, Oklahoma, to conduct Market Research in accordance with FAR Part 10. This effort is to seek qualified sources capable of providing select services for the Air Force Research Laboratory. The select services are in support of the Air Force Research Laboratory Probability of Detection Studies for Nondestructive Inspection Facilities Requirement. Background: The Air Force NDI Office is tasked via Air Force Instruction 21-105 to perform POD studies for the Air Force when requested by its customers. A POD protocol was created for the POD studies. This protocol is called NDInsite (trademark) [Karta Technologies, Inc.,5555 Northwest Parkway, San Antonio, TX 78249, (210)-582-3551 (Government Furnished Property)]. A POD study is a statistical process that determines the current inspection capability of a facility, NDI process, or NDI equipment. There are various kinds of studies that can be performed using the protocol. The key to any POD study is the specimen. Specimens are parts or simulated parts that contain flaws. Most of the specimens are unflawed to simulate actual working conditions. The flaws in the specimens vary in size and location depending on the kind of POD study applied. Services are to include a variety of interrelated tasks to be performed by the contractor when instructed to do so by the Government. There are seven major tasks associated with this requirement. When invoked by a Delivery Order, the contactor shall perform one or more of the tasks. An abbreviated description of tasks are as follows; (1) General Administration and Management of Resources: Prepare Monthly reports of the progress on each task under contract in a format approved by the Government Quality Assurance Personnel (QAP). (2) Meetings: The contractor shall make all arrangements for meetings, to include the preparation/distribution of agendas, opaque projectors for vu-graph briefings, etc, and the taking/distribution of all meeting notes/action items. (3) POD Study Execution Plan: Contactor shall develop a detailed execution plan necessary to administer a POD Study at the location(s) identified in the contract Delivery Order and prepare all documentation and briefings in accordance with NDInsite (trademark). (4) Perform an Announced POD Study: When invoked by a Delivery Order, the contractor shall aquire the necessary specimen sets from the QAP and shall arrange for transport to and from the location(s) determined by the Government. Contractor shall travel to location(s) and administer the announced POD Study(ies) in accordance with the established protocol plan. Contractor shall perform any cleaning or preparation associated with the POD Specimens. Contractor shall use the analysis software to determine the current POD capability of the facility(ies) studied, provide a report summarizing their activities, identify any discrepancies or unusual activities, and submit the report to the QAP. (5) Perform an Unannounced POD Study: When invoked by a Delivery Order, the contactor shall aquire POD specimens from the QAP and arrange for shipment(s) of POD specimens to the selected facility(ies) for testing by facility personnel. Contractor shall perform any cleaning or preparation associated with the POD Specimens. Contractor shall use the analysis software to determine the current POD capability of the facility(ies) studied, provide a report summarizing their activities, identify any discrepancies or unusual activities, and submit the report to the QAP. (6) Design and Develop Metal POD Specimens: When invoked in a Delivery Order, contractor shall prepare specimen design drawings with coordination of the Government QAP. When approved, the contractor shall acquire the necessary materials and manufacture the necessary flawed and unflawed specimens, which shall become the property of the Government. Each specimen shall have a ?bumpy? bar code serial number. Contactor shall prepare a report characterizing the flaws in each specimen as to size and location in a format approved by the QAP. Contactor shall input this data into the specimen database established in NDInsite (trademark). (7) Design and Develop Non-Metallic Composite and Bonded Assembly POD Specimens (Ultrasonic): When invoked in a Delivery Order, contractor shall prepare specimen design drawings with coordination of the Government QAP. When approved, the contractor shall acquire the necessary materials and manufacture the necessary flawed and unflawed specimens, which shall become the property of the Government. Each specimen shall have a permanent bar code serial number. Contactor shall prepare a report characterizing the flaws in each specimen as to size and location in a format approved by the QAP. Contactor shall input this data into the specimen database established in NDInsite (trademark). This RFI is for market research and planning purposes only. It does not constitute a Request for Proposal nor is it to be construed as a commitment by the Government. The Government will use the information obtained from this RFI to understand the interest and capabilities of the market for this task. Request respondents capable of performing this effort furnish a capability package no later than 12:00 PM Central Time, 23 January 2003. Please limit capability package to 20 pages. Please include company name, address, telephone number, point(s) of contact with an e-mail address, DUNS number, CCR Registration number, Federal CAGE Code, and business size status according to the Small Business Administration guidelines for NAICS Code 541330, size standard $4 Million. In addition to identifying the ability to perform functions identified, respondents should also identify any functions that would be subcontracted. Also include a description of similar contracts. The descriptions should include agency name, contract number, dollar magnitude, performance period, and points of contact with current phone numbers. This RFI is not a solicitation per the FAR. Please address all questions via e-mail as no discussions will be held via telephone. Primary point of contact is James Chandler, (405) 739-3516, FAX (405) 739-7422, or e-mail at james.chandler@tinker.af.mil. Alternate point of contact is Barbara Neyland, (405) 739-3516, FAX (405) 739-7422, or email at barbara.neyland@tinker.af.mil.
 
Place of Performance
Address: Tinker AFB OK
Zip Code: 73145
Country: USA
 
Record
SN00240510-W 20030118/030116213555 (fbodaily.com)
 
Source
FedBizOpps.gov 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.