SOURCES SOUGHT
15 -- Pacer Classic 3 fastener kits - RFI request and Bill of Materials
- Notice Date
- 1/14/2015
- Notice Type
- Sources Sought
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFLCMC / AFSC / AFNWC - HILL AFB, ., Hill AFB, Utah, 84056, United States
- ZIP Code
- 84056
- Solicitation Number
- FA8211-15-R-3000
- Archive Date
- 9/30/2015
- Point of Contact
- Russell D. Walter, Phone: 801-777-6295, Melissa Hayhurst, Phone: 8015864412
- E-Mail Address
-
russell.walter.1@us.af.mil, melissa.hayhurst@us.af.mil
(russell.walter.1@us.af.mil, melissa.hayhurst@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Bill of Materials Sources Sought Synopsis- PDF format Sources Sought Synopsis Pacer Classic III (PC III) T-38C Structural Retrofit Fastener Kits This announcement constitutes a Sources Sought Synopsis (SSS), no solicitation exists; therefore, do not request a copy of the solicitation. This is not a Request for Proposal (RFP) or an Invitation for Bid (IFB), nor is it to be construed as a commitment by the US Government to form a binding contract. The Air Force is hereby soliciting capability statements from interested sources for the Pacer Classic III, T-38C Structural Retrofit Program. 1. PURPOSE: The purpose of this SSS is to conduct market research to determine if responsible sources exist, to assist in determining if this effort can be competitive and/or a total Small Business Set-Aside. The proposed North American Industry Classification Systems (NAICS) Code is 336413 (Other Aircraft Parts and Auxiliary Equipment) which has a corresponding Size standard of 1,000 employees. The Government will use this information to determine the best acquisition strategy for this procurement. The Government is interested in all small businesses to include 8(a), Service-Disabled Veteran-Owned, Hubzone, and Women-Owned small business concerns. The government requests that interested parties respond to this notice if applicable and identify your small business status to the identified NAICS code. Additionally, please provide any anticipated teaming arrangements, along with a description of similar services offered to the Government and to commercial customers for the past three years. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. This SSS is to gather comments and potential sources for the structural replacement fastener kits for up to 74 T-38C aircraft. 2. BACKGROUND: The T-38 aircraft has undergone a number of structural retrofit programs since its initial acquisition by the USAF. These include PC I, PC II, Propulsion Modernization Program (PMP) and the current PC III. Each of these programs has either replaced or repaired major structural components within the T-38 fuselage. PC III replaces major structural components within the aircraft forward and center fuselages including longerons, bulkheads/formers, internal skins and structural floors. 3. SCOPE OF TASK: Deliver, on a Government schedule, approximately 1270 different type fasteners required to reassemble all the structural components for PC III (Bill of Materials provided in Attachment 1). Please provide an estimated time when the first kit will be available to the Government. A. Fastener Kits: • Will be whole and delivered 30 days prior to production schedule and or deviation set forth by Government requirements • Must have material conformity, origin, and made in the USA supporting documentation accompanying all deliveries to the Government • Will be clearly marked with contract requirements and shall include a kit contents list B. Technical requirements • All fasteners will be manufactured/kitted to industry or Northrup Grumman drawings and specifications according to technical data requirements of each item and/or have supporting documentation stating Government requirements are met • All fasteners may require a USAF First Article inspection to verify conformance prior to Government acceptance • A complete Technical Data Package will follow upon official release of the Government RFP C. Industry/US Government partnering • An integrated Industry/US Government team will work together throughout this program providing a free flowing exchange of information • Willingness to work with Source Directed/Proprietary entities; such as Northrop Grumman and other commercial mandated source(s) D. Potential offerors need to have demonstrated experience and knowledge • Kitting and or manufacturing for commercial and or military aircraft • Established record for large scale fastener kit requirements to include: identifying, collecting, organizing, packaging/serialized markings, and delivering for commercial and/or military aircraft 4. INFORMATION/FORMAT: Potential offerors are requested to provide information on current material and services meeting the needs of the Air Force in supporting the T-38 weapon system, or relevant history and evidence of past performance/capability. Potential offerors are requested to define their interest as prime vendor/kit integrator and/or manufacture. The Air Force is expecting that the requirement to provide information on current or past services meeting the needs of the Air Force will demonstrate that the offeror's infrastructure and integration capability exists to provide all aspects of this task to include the following: • Company name and associated CAGE code • Point of contact name and number • Business status (8(a), Small, HUBZone, Woman-owned, etc.) • Product commerciality o Demonstrate whether the fasteners on the attached bill of materials are commercially available as defined in FAR 2.101 Commercial item • Production process development o Demonstrate the presence and applicability of internal processes and procedures for the kitting and/or manufacturing of major aircraft fastener kits o Provide examples of how these processes have led to fastener kits acceptance by commercial and/or military aircraft • Kitting/Fabrication o Demonstrate the ability to support kitting/fabrication of aircraft fastener kits and provide a list of which items you anticipate will be long lead items. o Provide examples of similar kitting/fabrication performed for other commercial and/or military platforms • Auditable production quality assurance processes o Demonstrate the existence and procedures used to ensure quality kitting and or manufacturing capabilities o Outline your risk mitigation plan 5. REQUEST FOR INFORMATION REQUIREMENTS: Please submit two copies of your response to the SSS in an executive summary format not to exceed five (5) pages. If your response includes information you consider proprietary, please mark the information in accordance with regulatory guidance. Please do not include company brochures or other marketing information. After review of the responses to this sources sought notice(s), and when the Government plans to proceed with the procurement for Pacer Classic III Fastener Kits, a solicitation announcement will be published on FedBizOpps. All companies responding to this SSS notice are advised that their response to this notice is NOT a request to be considered for a contract award. All interested parties must respond to any future solicitation announcements separately from the response to this announcement. Responses to this SSS notice are NOT a request to be added to a prospective offers list or to receive a copy of the solicitation. Reimbursement will not be made for any costs associated with providing information in response to this announcement and any follow-up information requests. Respondents shall note that the Government will not return any information submitted in response to this notice. The Government is not responsible for any costs incurred by respondents regarding any responses to this notice. Responses to this sources sought notice shall be submitted to the POC below, via email address (PDF or MS Word Format), no later than 4:00 p.m. MST, 30 January 2015. Please see below for contact information. Capabilities statement should be submitted via e-mail to the following: russell.walter.1@us.af.mil staci.draney.1@us.af.mil melissa.hayhurst@us.af.mil Attachment: Bill of Materials
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FA8211-15-R-3000/listing.html)
- Record
- SN03616352-W 20150116/150114234603-14edc292fb0476d0a919171448a46463 (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 |