Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 26, 2013 FBO #4415
SOURCES SOUGHT

17 -- RFI for BRU-56 Modification and Upgrade to Ejector Rack - RFI

Notice Date
12/24/2013
 
Notice Type
Sources Sought
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, PK/PZ Tinker AFB, 3001 Staff Drive, Ste 1AG76A, Tinker AFB, Oklahoma, 73145-3015, United States
 
ZIP Code
73145-3015
 
Solicitation Number
BRU-56
 
Point of Contact
Josie Lunderman, Phone: 405-739-2818
 
E-Mail Address
josephine.lunderman@tinker.af.mil
(josephine.lunderman@tinker.af.mil)
 
Small Business Set-Aside
N/A
 
Description
BRU-56 SOW Draft. SOURCES SOUGHT SYNOPSIS/Request For Information THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. This Sources Sought Synopsis is in support of market research being conducted by the Air Force to identify capable potential sources. General Information Document Type: Sources Sought Synopsis Program: B-1 Systems Program Office (SPO)\WWKKB Solicitation Number: TBD Posted Date: Original Response Date: TBD Current Response Date: TBD Industry Day Date 1: TBD Industry Day Date 2: TBD Industry Day Location: TBD Original Archive Date: TBD Current Archive Date: TBD Contracting Office Address (es) Please send responses to: Josephine.lunderman@us.af.mil or Josie Lunderman- AFLCMC/WWKKB Department of the Air Foce TAFB 3001 Staff Drive Tinker AFB, OK 73145 UNITED STATES Description NOTICE TO INDUSTRY This Synopsis is to inform the business communities that the United States Air Force B-1 System Program Office (SPO)/WWKKB Tinker AFB, Oklahoma is looking for information for the following requirement: Summary The BRU-56 ejector rack needs to be upgraded and modified to increase overall effectiveness of the B-1 weapon system. The United States Air Force requires a fail-safe BRU-56 as part of the B-1 bomber mission requirements. The BRU-56 was originally designed to carry weapons with 30" lug spacing. Certain safety/functional issues have arisen over the years. I ssues include the need for additional munitions capability and flexibility, operational reliability and effectiveness, and reduced total ownership cost (RTOC). The overall objective of this effort is to modify and upgrade the BRU-56 ejector rack to include 14-inch capability in order to increase safety, obtain quicker sortie generation rates, lower maintenance times, increase reliabilit y, and lower maintenance personnel requirements. The current BRU-56 ejector rack is not capable of deploying 14- inch lug spaced weapons which is limiting the weapon load-out capacity on the rotary launcher. The pyrotechnic ejector rack utilizes an impulse cartridge and the rack does not provide weapon pitch control during ejection. GENERERAL PROCUREMENT DESCRIPTION Interested and qualified sources may respond with details to the following factors: Technical Capabilities Past Performance (Evidence of contracts with similar scope, Evidence of contracts with similar size and complexity, Evidence of contracts with similar geographic coverage, Evidence of customer service and timeliness of services, References and Quality Management Capabilities The Government is looking for all businesses to reply to this Sources Sought Synopsis/ Request for Information. The Government requests that small businesses identify its socioeconomic category and NAICS Code. All interested sources shall give a brief description of their capabilities to support the required service as provided in the DRAFT SOW. This description should include a demonstration that the source: will be able to comply with the government's performance schedule, taking into consideration all existing commercial and governmental business commitments; has a satisfactory record of integrity and business ethics; has the necessary organization, experience, accounting, operational controls, technical skills and equipment to perform. Each potential source is also requested to provide a brief description of work previously or currently being performed, which specifically demonstrates the contractor's ability to successfully satisfy the base operations support services. Firms shall provide point of contact information where available for the efforts cited above. Interested sources shall also provide a suggested schedule of delivery and production. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. This is NOT a formal notice of solicitation. Telephone or facsimile inquiries and/or responses will not be accepted. NOTE: All questions, comments, and/or concerns regarding this Sources Sought Synopsis/ Request for Information shall be emailed to the Contracting Office POC identified below, by 12 p.m. Central Standard Time, 15 January 2014. POC will post all responses to Fed Biz Ops in order that all potential sources have the same information available to them. C ONTRACT TYPE AND COMPETITION AFLCMC B-1 System Program Office (SPO)/WWKKB is contemplating a Cost Plus Fixed Fee contract type. Projected Period of performance is: Basic Year, Option 1, Option 2, Option Year 3, and Option Year 4. The Air Force is also contemplating IAW FAR Part 6.1 Full and Open Competition unless Market Research otherwise determines and exclusion to FAR Part 6.1. C ONTRACTING OFFICE POC Name: Josie Lunderman Title: Contracting Officer Office: AFLCMC/WWKKB Phone #: (405) 739-2818 Email: josephine.lunderman@us.af.mil All information received by 12 p.m. Central Standard Time, 31 January 2014, will be considered by the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement, a Full and Open Competition, or IAW FAR 19.5 a Set Asides for Small Business. "Notice to Offeror(s)/Supplier(s): Funds are not available for this effort. No award will be made under this Sources Sought/ RFI. The Government reserves the right to cancel this Sources Sought/ RFI, either before or after the closing date. In the event the Government cancels this Sources Sought/RFI, before or after the closing date the Government has no obligation to reimburse an offeror for any costs." SEE ATTACHED:BRU-56 SOW
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/BRU-56/listing.html)
 
Place of Performance
Address: TBD, Note: Testing for this effort will be performed at Dyess and Edwards AFB., Bohemia, New York, 11716, United States
Zip Code: 11716
 
Record
SN03257787-W 20131226/131224233647-2ff70d6784fc66092cdd2e7c2cafd849 (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.