Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 29, 2012 FBO #3900
SOURCES SOUGHT

59 -- B-1 Bomber Depot Partnering Capability Assessment

Notice Date
7/27/2012
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218
 
ZIP Code
45433-7218
 
Solicitation Number
FA8523-04-R-0002-SC01
 
Archive Date
10/15/2012
 
Point of Contact
Valentine Ukandu, Phone: 9376569280, Mark Hill, Phone: mark.hill2@wpafb.af.mil
 
E-Mail Address
valentine.ukandu@wpafb.af.mil,
(valentine.ukandu@wpafb.af.mil, /div)
 
Small Business Set-Aside
N/A
 
Description
Synopsis: Added: 27 July 2012 3.00 pm The B-1 Division, (AFLCMC/WWN), Air Force Life Cycle Management Center (AFLCMC), Wright-Patterson AFB, OH is requesting market research information from Industry for experience in conducting a depot capability assessment study on standing up AF organic repair for B-1 Bomber displays for FIDL (Fully Integrated Data Link) and VSDU (Vertical Situation Display Upgrade) manufactured by Rockwell Collins, Inc. Description VPN (Vendor Part Number) Type Number FIDL (6 X 8 display) 822-3142-001 RDU-168 VSDU (8 X 6 display) 822-3143-001 RDU-186 THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. It is not a Request for Proposal, Request for Quotation, an Invitation for Bids, a Solicitation, or a commitment by the B-1 program office to contract items contained in the RFI. The Government will not pay respondents for information in response to this RFI. The B-1 Division, AFLCMC/WWN, Wright-Patterson AFB OH, seeks a depot assessment report including Rough Order Magnitude (ROM) proposal for depot activation. This depot assessment report effort includes a review of processes, skills, and resources currently in use, or planned to complete repairs on the FIDL and VSDU displays (see above). The report will identify the support and test equipment, tooling, spares and repair parts, staffing, training, technical documentation, facilities, quality assurance, and packaging, handling, storage, and transportation (PHS&T) needed to activate the designated repair capabilities. The Government is contemplating the award of a study. Contractors will be required to determine the best approach to prevent the delay of transitioning to AF organic personnel and/or reduce the manpower and man hours required to conduct this study. Specifically, the depot assessment report shall assess: (1) Activation of Depot Level Repairs of the VSDU and FIDL Displays using the OEM's (Original Equipment Manufacturer's) test equipment, Advanced Common Equipment Station (ACES). (2) Activation of Depot Level Repairs of the VSDU and FIDL Displays using the Versatile Depot Automatic Test Station (VDATS) test equipment. Contractors must be able to resolve all proprietary challenges with Rockwell Collins in regards to repair and performance issues. Please provide answers to the following questions. Your responses will be used in market research for this acquisition. Please limit your total response to no more than five (5) pages. Please send responses with contact information (telephone, fax number, and email) via email no later than 15 days after initial publication to valentine.ukandu@wpafb.af.mil 1. Please elaborate why you believe you are qualified to do the work (include similarly performed work in the past). 2. Provide any other comments that will help us further understand your interest in the proposed study. 3. Will you respond to this solicitation if and when an RFP is released? (Please note that this is non-binding on your part, as it is understood that you cannot make such a determination until you fully review the details of such RFP, including the Government anticipated terms and conditions). THIS IS NOT A REQUEST FOR PROPOSAL SUBMISSION. This is a market research tool to determine the availability and adequacy of potential sources. Sources responding to this announcement should indicate their size, particularly if they are small business, a Woman-Owned small business, a HUBZone small business, a Service-Disabled Veteran owned small business or in the 8 (a) program. The North American Industry Classification System (NAICS) code is 334511, Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing applies to this acquisition with a size standard of 1,000 employees. If you lack sufficient experience in a particular area, please provide details explaining how you would mitigate the lack of experience/capability in order to perform that portion of the requirement. Please inform us if your firm intends to perform work as the prime contractor or if you desire to subcontract with a prime contractor. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime contractors must perform at least 50% of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14, Limitations on Subcontracting. All questions should be directed to the Contracting Officer, Mr. Mark Hill, AFLCMC/WWNK, (937) 656-9269, mark.Hill2@wpafb.af.mil For more information on "B-1 Bomber Depot Assessment Capability Study", please refer to https://www.fbo.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8523-04-R-0002-SC01/listing.html)
 
Place of Performance
Address: U.S Air Force, 309 EMXG/OB, Hill AFB,, Utah, United States
 
Record
SN02817834-W 20120729/120727235602-7cda6d6105475f9bc67e79ff80198126 (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.