Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 10, 2012 FBO #3820
SOURCES SOUGHT

16 -- F5 Dorsal Longeron Replacement Kit

Notice Date
5/8/2012
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, Hill AFB OO-ALC, OO-ALC/PKXB, 6038 Aspen Ave (Bldg 1289), Hill AFB, Utah, 84056
 
ZIP Code
84056
 
Solicitation Number
FA8251-12-R-F5ToolKit
 
Archive Date
6/21/2012
 
Point of Contact
John B. Brittingham, Phone: 8017752094
 
E-Mail Address
john.brittingham@hill.af.mil
(john.brittingham@hill.af.mil)
 
Small Business Set-Aside
N/A
 
Description
F5 E/F Dorsal Longeron Replacement Kit Sources Sought Notice Description I. Request for Information (RFI) for Planning Purposes. This is a Request for Information (RFI) in accordance with FAR 52.215-3 --Request for Information or Solicitation for Planning Purposes (Oct 1997). a) The Government does not intend to award a contract on the basis of this request for information or to otherwise pay for the information solicited. Companies responding to this market research are advised that participation does not ensure participation in future solicitations or contract awards. The Government will not reimburse any company or individual for any expenses associated with preparation or participation in this research. Respondents are solely responsible for all expenses associated with responding to this RFI. b) Although "proposal" and "offeror" are used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal. c) Background: The Air Force is in the process of preparing a Justification and Approval document to gain the required approval to issue a sole source request for proposal to Northrop Grumman Corporation. Statutory authority is 10 USC 2304 (c) (1) as implemented by FAR 6.302-1 - Only one responsible source and no other supplies or services will satisfy agency requirements. The proposed contract action is for the procurement of the NSN asset listed below, for which the government intends to solicit and negotiate with the sole source under the authority of FAR 6.302-1. The Government anticipates a Firm Fixed Price contract for (1) of the asset listed below. d) The purpose of this RFI is to conducting market research to identify, as potential sources, additional companies that may possess the expertise, capabilities, and experience to competently and competitively provide the following: NSN Noun 5180014554017XJ F5 E/F Dorsal Longeron Replacement Kit Description: The base NSN is a F5 E/F Dorsal Longeron Replacement Kit. This kit is broken into three sub kits, A (Longeron parts kit), B (Tool kit for installation of parts), C (Kit for consumable items for part installation). The B kit contains drill jigs, drill guides, drill stops and blocks, and several gages. They are all shop aids. All of the required tooling and instructions are contained in Northrop DWG 14-011610. e) The above authority was selected because the Government does not own the data or the data licensing rights to the item described above. The data and data licensing rights belong to Northrop Grumman Corporation, for the design, process and tooling to manufacture the Dorsal Longeron Replacement Kit for the F-5 aircraft. The government will not attempt to reverse engineer the product. II. Program Description and Requirements: Part A: Description NSN Noun 5180014554017XJ F5 E/F Dorsal Longeron Replacement Kit Description: The base NSN is a F5 E/F Dorsal Longeron Replacement Kit. This kit is broken into three sub kits, A (Longeron parts kit), B (Tool kit for installation of parts), C (Kit for consumable items for part installation). The B kit contains drill jigs, drill guides, drill stops and blocks, and several gages. They are all shop aids. All of the required tooling and instructions are contained in Northrop DWG 14-011610. Part B: Requirements a) The engineer/Program Office has determined that Northrop Grumman Corporation is the sole owner of the technology required to manufacture this product. b) Contractor must submit written documentation of ownership of the data required to produce and sell this product. c) Contractor must produce documentation that it is a qualified source for this product. III: In response to this RFI, please provide the following information: Part A: Business Information: Please provide the following business information for your company and for any teaming or joint venture partners: • Company Name: • Address: • Point of Contact: • CAGE Code: • Phone Number: • E-mail Address: • Web Page URL: A North American Industry Classification System (NAICS) Code determination has not yet been made, however the anticipated NAICS is: 336413 Other Aircraft Parts and Auxiliary Equipment Manufacturing. Size standard: 1,000 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 Small Business (Yes / No) • Central Contractor Registration (CCR) (Yes / No) (*) If you answered yes, please explain whether your company would be capable of meeting the requirements of FAR 52.219-14, Limitations on Subcontracting, along with potential ostensible subcontracting or nonmanufacturing rule concerns. Part B: Capabilities: A viable source, not already qualified to provide the requisite services, should submit a concise and program specific response presenting sufficient information to substantiate that they have: (1) the necessary knowledge and understanding of the requirements; (2) employees with satisfactory qualifications to perform the work; (3) the necessary equipment, facilities, and material or the ability to obtain them to appropriately produce the F5 E/F Dorsal Longeron Replacement Kit. (4) means to legally obtain or license rights to use the required technology. Please e-mail your responses to john.brittingham@hill.af.mil. E-mail must be received no later than 1700 EDT, 7 June 2012. Also, please mail an original signed copy of your response, postmarked on or before the same date, to: 748 SCMG/PK Attn: Capt John Brittingham 6050 Gum Lane Bldg 1215 Hill AFB, UT 84056 (801) 775-2094 Direct and succinct responses are preferred. Marketing materials are considered an insufficient response to this RFI. Please limit responses to no more than 7 pages, and identify a representative to support further Government inquiries and requests for clarification of the information provided, if needed. Respondents should indicate which portions of their response are proprietary and should mark them accordingly.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FA8251-12-R-F5ToolKit/listing.html)
 
Place of Performance
Address: 6050 Gum Lane, Hill AFB, Utah, 84056, United States
Zip Code: 84056
 
Record
SN02741822-W 20120510/120508234933-5dd941659d22236846db5d4751ba5551 (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.