SOURCES SOUGHT
R -- Engineering Services for F108-100 (CFM56-2B) Low Pressure Turbine Rotor and Frame Assembly Module 13/15
- Notice Date
- 6/25/2014
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- 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
- FA8100F108MOD1315
- Archive Date
- 8/12/2014
- Point of Contact
- Herbert G Duncan, Phone: 405-734-6246, ,
- E-Mail Address
-
herbert.duncan@us.af.mil,
(herbert.duncan@us.af.mil, uyer</div)
- Small Business Set-Aside
- N/A
- Description
- This is a Sources Sought Synopsis (SSS)/Request for Information (RFI) for market research purposes issued at Tinker Air Force Base (TAFB). The United States Air Force (USAF) is requesting information to determine available sources for the remanufacturing requirements for the F108-100 (CFM56-2B) Low Pressure Turbine Rotor and Frame Assembly Module 13/15 that applies to the following National Stock Numbers (NSN) and Part Numbers (P/N): LOW PRESSURE ROTOR AND FRAME ASSEMBLY MODULE 13/15 F108-100 (CFM56-2B) Input P/N 305-482-301-0 Output P/N 305-482-301-0 Input NSN 2840-01-229-5786PN Output NSN 2840-01-229-5786PN Input P/N 305-482-302-0 Output P/N 305-482-302-0 Input NSN 2840-01-229-5786PN Output NSN 2840-01-229-5786PN Input P/N 305-482-303-0 Output P/N 305-482-303-0 Input NSN 2840-01-229-5786PN Output NSN 2840-01-229-5786PN The proposed acquisition effort is expected to be an engineering services type contract to provide technical guidance and instruction, with the possibility of on-site training of Government personnel, in regard to the following requirements and capabilities: Program Requirements: 1. Noun - F108 Low Pressure Turbine Assembly Module 13/15 2. NSN - 2840-01-229-5786 3. Part Number - 305-482-301, 305-482-302-0, 305-482-303-0 4. Application - F108-100/-200/-201 (CFM56-2A/-2B) 5. NAICS - 541330 Engineering Services; which has a corresponding Size Standard: $35.5 million in average annual receipts. This is a market research survey to determine the availability and adequacy of potential sources prior to determining an acquisition strategy. This is a SSS/RFI; there is no solicitation available at this time. Requests for a solicitation will not receive a response. The Government is interested in all businesses to include, Small Businesses, Small Disadvantaged Businesses 8(a)s, Service-Disabled Veteran-Owned Small Businesses, Hubzone Businesses, and Women-Owned Small Businesses. Disclaimer: This SSS/RFI is issued solely for informational and planning purposes. It does not constitute a solicitation (Request for Proposal or Request for Quotations) or a promise to issue a solicitation in the future. As stipulated in FAR 15.201(e), responses to this notice are not considered offers, shall not be used as a proposal, and cannot be accepted by the Government to form a binding contract. This SSS/RFI does not commit the Government to contract for any service whatsoever. Furthermore, we are not seeking proposals at this time. Responders are advised that the Government will not pay for any information or administrative costs incurred in response to this SSS/RFI. All costs associated with responding to this SSS/RFI will be solely at the responding party's expense. Any resulting procurement action will be the subject of a separate, future announcement. The information is provided for discussion purposes, and any potential strategy for this acquisition may change prior to any solicitation release. Purpose: The information received will be utilized by the USAF in developing its acquisition strategy, Performance Work Statement, Purchase Description and Specification. Any proprietary information that is submitted may be used as a general concept, but specific information will be safeguarded as proprietary, if so marked and clearly identified in accordance with (IAW) the applicable Government regulations. The Government requests that non-proprietary information be submitted in response to this SSS/RFI. However, should proprietary information be submitted, it should be marked "PROPRIETARY," and will be handled accordingly. The Government shall not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded IAW the applicable Government regulations. Proprietary information or trade secrets should be clearly identified. The information in this notice is based on current information available to date, is subject to change, and is not binding to the Government. Updated information will be provided in future announcements, if applicable and posted electronically on the Federal Business Opportunities website at www.fbo.gov. Documents submitted in response to this RFI will not be returned. A non-response does not preclude participation in any future solicitation, if one is issued. 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 normally be considered solely for the purpose of determining whether to conduct a competitive procurement. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described potential procurement make contact with the Original Equipment Manufacturer (OEM), CFM International, Inc. (CFMI). Specifications, plans, or drawings relating to the procurement described are incomplete or not available and cannot be furnished by the Government. Provide the following business information for your company and for any teaming or joint venture partners: - Company Name/Address - CAGE Code (if available) - DUNS Number - Point of Contact - Phone/Fax Number - Email address - Web page URL - Size of Business (i.e. Large/Small Business, Small Disadvantaged Business, 8 (a) concern, Minority-Owned Business) Size relative to NAICS Code 541330, (Small Business Size Standard $35.5 million in average annual receipts) - U.S. or Foreign Owned Entity - Provide any recommendations and/or concerns. - Indicate whether your interest in this as a prime contractor or as a subcontractor. Capabilities: Is your company classified as a Small Business? If no, briefly describe your company's Small Business integration/utilization plan. Describe your company's capability and experience in performing turbine blade and vane diffused aluminum coating. Describe your company's capability and experience in performing turbine blade and vane hot corrosion chemical cleaning. Describe your company's capability and experience in performing knife edge weld repairs for jet engine rotating components. Describe your company's capability and experience in performing turbine vane diffused brazing crack repair. Are there any other relevant topics, concerns, and/or information that will help the Government in forming an acquisition strategy? Cost Estimate: Provide a cost estimate associated with providing technical guidance and instruction, with the possibility of on-site training of Government personnel, in regards to the aforementioned requirements and capabilities. Respond: (along with any supporting documentation) No later than 28 July 2014 directly to Herbert Duncan at the following e-mail address: herbert.duncan@us.af.mil Please note: Emails containing file types such as:.zip,.xlsx,.docx, or other macro-enabled extensions, may not be delivered to the intended recipients. Questions should be directed via email to Herbert Duncan, Contracting Officer: herbert.duncan@us.af.mil Contracting Office Address: 3001 Staff Drive Tinker AFB, OK 73145 United States Primary Point of Contact: Herbert Duncan Contracting Officer herbert.duncan@us.af.mil Phone: 405-734-6246
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA8100F108MOD1315/listing.html)
- Place of Performance
- Address: Tinker AFB, Tinker AFB, Oklahoma, 73145, United States
- Zip Code: 73145
- Zip Code: 73145
- Record
- SN03406318-W 20140627/140625235357-64fa97e7dbbf60da3129f0772bb689f5 (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 |