Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 05, 2014 FBO #4576
SOURCES SOUGHT

15 -- Market research to identify sources who can fabricate structural items used on the B-2 aircraft.

Notice Date
6/3/2014
 
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
B2TrailingEdgeNSN1560014564272and4273
 
Archive Date
9/30/2014
 
Point of Contact
Rose Akeroyd, Phone: (405)739-9082, ,
 
E-Mail Address
rose.akeroyd@us.af.mil,
(rose.akeroyd@us.af.mil, /div)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Synopsis/Request For Information (Not a Notice of Solicitation) The United States Air Force, Tinker AFB, Oklahoma is performing market research and is seeking potential sources that are capable of fabricating aircraft structural items used on the B-2 aircraft. This research is looking for potential sources that can fabricate the following items: •- Trailing Edge, Aircraft, NSN: 1560-01-456-4272, P/N: DAA3420A102-152 •- Trailing Edge, Aircraft, NSN: 1560-01-456-4273, P/N: DAA3420A102-151 Firms responding shall demonstrate they meet the following capabilities/requirements provided below. The required minimum capabilities/requirements for these Structural Components are: •1. Quality system requirements: •a. AS9110 Certification (or equivalent); •b. All special processes performed by organizations maintaining current NADCAP approvals for relevant special processes; •c. Demonstrated quality/production system that tracks perishable materials (such as those used in composite structure fabrication); •d. Demonstrated capability to generate and maintain inspection records for storage and cure temperatures (thermographs) and pressures (barographs). •2. Ability to fabricate composite components up to: 100 inches long, 96 inches wide, 36 inches thick, 300 pounds weight. •3. Ability to assemble large aircraft honeycomb composite sandwich structures with a cure temperature of 650 degrees Fahrenheit. •4. Ability to interpret and generate composite fabrication tooling from numerical loft data. •5. Ability to dimensionally measure lofted aircraft surfaced and verify these results against numerical loft data. •6. Facilities (manufacturing, warehouse, and offices) where the work will potentially be performed must be secure, and be able to meet the requirements for SECRET programs (DoD5200.01 and DoD 5220.22). •7. Employs only individuals who pass a Defense Investigative Service background check required for a SECRET clearance. •8. Maintains a corporate cost accounting system that meets the requirements of DCMA and/or DCAA. •9. Offeror must not be owned (directly or indirectly) by a foreign company(ies) or individual(s) for the duration of any potential Government contract. All interested firms shall submit a response that includes detailed product information demonstrating their capabilities to produce the requested equipment to the primary point of contact listed below. Firms responding should indicate whether they are a small business, a socially and economically disadvantaged business, or a woman owned business. The NAICS Code to be used for this acquisition is 336411. Any information submitted by respondents to this sources sought synopsis is strictly voluntary. As stipulated in FAR 15.201(e), responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. This Sources Sought Notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not individually be notified of the results of any Government assessments. The Government's evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business designation (e.g. SDVOSB, HUBZone, 8(a), SDB, WOSB, VOSB, etc.). Capabilities package: All interested firms shall submit a capabilities package that explicitly demonstrates company capabilities - indicating examples of commercial sales and product specifications related to this effort. This Notice will expire on 3 July 2014. Responses or questions may be submitted to: Rose Ann Akeroyd, Contracting Officer 3001 Staff Drive Tinker AFB, OK 73145
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/B2TrailingEdgeNSN1560014564272and4273/listing.html)
 
Place of Performance
Address: n/a, United States
 
Record
SN03383378-W 20140605/140603234556-612db315799d615a425a3d6aa415373b (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.