SOURCES SOUGHT
80 -- Corrosion Inhibiting Adhesive Primer
- Notice Date
- 2/19/2016
- Notice Type
- Sources Sought
- NAICS
- 325520
— Adhesive Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, PK/PZ - Robins AFB, 215 Page Rd, Robins AFB, Georgia, 31098-1611, United States
- ZIP Code
- 31098-1611
- Solicitation Number
- RFICIAP
- Archive Date
- 3/31/2016
- Point of Contact
- Mildred (Lavelle) L Barnett, Phone: (478)926-3438
- E-Mail Address
-
mildred.barnett@us.af.mil
(mildred.barnett@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Request for Information Corrosion Inhibiting Adhesive Primer 300°F service 250°F curing 1 February 2016 Purpose/Description The Government is conducting market research to identify potential sources that possess the data, expertise, capabilities, and experience to meet qualification requirements for a Corrosion Inhibiting Adhesive Primer (CIAP). The CAIP is a 250°F curing primer suitable for the structural bonding of aluminum metal-to-metal and sandwich type assemblies having a useful temperature range of -67°F to 300°F. The Government has determined that this CIAP is a commercial item. The CAIP shall meet the strength and durability requirements of several Aircraft OEM specifications. Contractors/Institutions responding to this market research are placed on notice that participation in this survey may not ensure participation in future solicitations or contract awards. The government will not reimburse participants for any expenses associated with their participation in this survey. Instructions 1. The document(s) below contain a description of Corrosion Inhibiting Adhesive Primer (CIAP) requirements and a Contractor Capability Survey. The Survey allows Contractors to provide their company's capability. 2. If, after reviewing these documents, you desire to participate in the market research, you should provide documentation that supports your company's capability in meeting these requirements. Failure to provide documentation may result in the government being unable to adequately assess your capabilities. If you lack sufficient experience in a particular area, please provide details explaining how you would overcome the lack of experience/capabilities in order to perform that portion of the requirement (i.e., teaming, subcontracting, etc.) a. Identify any areas of work that your organization believes should be broken out exclusively for Small Business. 3. Both large and small businesses are encouraged to participate in this Market Research. Joint ventures or teaming arrangements are encouraged. 4. Questions relative to this market survey should be addressed to Rodney V. Coulter, rodney.coulter@us.af.mil (478)926-9895 CONTRACTOR CAPABILITY SURVEY Part I. Business Information Please provide the following business information for your company/institution and for any teaming or joint venture partners: • Company/Institute Name: • Address: • Point of Contact: • CAGE Code: • Phone Number: • E-mail Address: • Web Page URL: • Size of business pursuant to North American Industry Classification System (NAICS) Code: 325520 Based on the above NAICS Code, state whether your company is: • Small Business (Yes / No) • Woman Owned Small Business (Yes / No) • Small Disadvantaged Business (Yes / No) • 8(a) Certified (Yes / No) • HUBZone Certified (Yes / No) • Veteran Owned Small Business (Yes / No) • Service Disabled Veteran Small Business (Yes / No) • Central Contractor Registration (CCR). (Yes / No) A statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership). EMAIL must be received no later than close of business on 21 Mar 16. To POC: Rodney V. Coulter, rodney.coulter@us.af.mil (478)926-9895 Questions relative to this market research should be addressed to the PO Part II. Capability Survey Questions A. General Capability Questions: 1. Describe briefly the capabilities of your facility and nature of the goods and/or services you provide. Include a description of your staff composition and management structure. 2. Describe your company's past experience with Corrosion Inhibiting Adhesive Primer (CIAP). Include contract numbers, a brief description of the work performed, period of performance, agency/organization supported, and individual point of contact (Contracting Officer or Program Manager). 3. Describe your company's capabilities and experience with CIAPs and structural film adhesives. 4. What quality assurance processes and test qualification practices does your company employ? Provide a description of your quality program (ISO 9001, AS9100, etc.). a. Provide a detailed quality plan implementing AS9100 (or equivalent). B. Specific Capability Questions: 1. Provide a summary of the testing accomplished on each batch of (CIAP) produced that you are proposing. Include tests conducted and required results. 2. Describe your company's experience in designing/manufacturing CIAPs. 3. Describe your company's experience with in-process data collection, for material quality and mishap tracking. 4. Describe Corrosion Inhibiting Adhesive Primers (CIAPs) that meet the requirements listed below or comes closest to meeting the requirements below. 5. State what facility will be used to produce the proposed CIAP. 6. Provide what quantities the CIAP is provided in. 7. Provide storage life, required storage conditions and working life of your CIAP. 8. Provide data on the CIAP's performance. 9. State how suitable the CIAP is with phosphoric acid anodized aluminum alloys. C. Commerciality Questions: 1. If you offer this product to both U.S. Government and commercial sources, is the same workforce used for both the U.S. Government and general public? a. Is our requirement offered to both under similar terms and conditions? Briefly describe any differences. 2. Include a safety data sheet and any commercial literature on for your CIAP. 3. Describe your standard warranty and return process for goods and services furnished to the government for this or similar products. D. Engineering Services Questions 1. Describe your support services to assist in standing up the capability to correct apply and cure your product at our facility. Include the following information: a. Spray procedure and equipment, b. Required primer dry and cure cycles c. Clean-up methods of excess primer and overspray. PRODUCT DESCRIPTION: 4. The CIAP must meet the following: a. Suitable for the structural bonding of aluminum metal-to-metal and sandwich type assemblies having a useful temperature range of -67°F to 300°F. b. Shall meet the requirements of MMM-A-132 type II class 2 and SAE-AMS-A-25463 Type II when applied to Aluminum alloys that have been phosphoric acid anodized and bonded with a suitable adhesive. c. Shall be compatible with the following structural adhesive films: AF136-2 (3M), AF3109-2 (3M), AF191 (3M), EA9696 (Henkel/Loctite) d. Shall be solvent based. (Not water borne) e. Shall cure at 250°F in 60 minutes. f. After being properly cured, the primed metal protected by kraft paper shall remain suitable for bonding for a minimum of two years
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/RFICIAP/listing.html)
- Place of Performance
- Address: Robins AFB, Georgia, Warner Robins, Georgia, 31098, United States
- Zip Code: 31098
- Zip Code: 31098
- Record
- SN04025806-W 20160221/160219235024-4c6ca8ed781ef774742b424b34607349 (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 |