Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 09, 2016 FBO #5495
SOURCES SOUGHT

16 -- RFI Engine Beaded Panel - RFI Engine Beaded Panel

Notice Date
12/7/2016
 
Notice Type
Sources Sought
 
NAICS
336411 — Aircraft 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
RFI_Engine_Beaded_Panel
 
Archive Date
1/19/2017
 
Point of Contact
Michelle C. Love, Phone: 8017756455, Aaron Velasco, Phone: 8015862122
 
E-Mail Address
michelle.love.1@us.af.mil, aaron.velasco@us.af.mil
(michelle.love.1@us.af.mil, aaron.velasco@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
RFI Engine Beaded Panel P a g e 1 | 4 Request for Information Notice Type: Request For Information (RFI) 1. NOTICE: This is not a solicitation but rather a RFI to determine potential sources and associated cost for planning purposes only. The government does not intend to make an award on the basis of this request or otherwise pay for the information solicited herein. 1.1. The purpose of this RFI is to conduct market research to determine if responsible sources exist, to assist in determining if this effort can be competitive or a total Small Business Set-Aside. The proposed North American Industry Classification Systems (NAICS) Code is 336411 which has a corresponding Size standard of 1,500 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. 2. Program Details: 2.1. The Air Force is conducting market research of industry to identify sources that have the capability, experience, and qualifications, to perform an engineering analysis study in order to propose a redesign of the nacelle inlet beaded skin, or to determine if current repair process are adequate for long term use as a suitable substitute. Efforts in this tasking are to correct a noted reliability deficiency and provide a procurable and sustainable item design capable of acquisition. The purpose of this announcement is to gather potential sources interested in performing analysis on current repair processes, and/or developing a proposed redesign that will be reviewed/approved by the Supply Change Management (SCM) engineer, the A-10 Systems Program Office (SPO), configuration management, and airworthiness processes to verify it meets the original part technical and performance requirements (i.e., Form, Fit, Function, and Interface compliant to the original OSS&E baseline). Contractor deliverables must achieve OSS&E baseline requirements so that future competitive acquisition and production of the beaded skin can be successfully accomplished. Item Information: P/N NSN Noun Application 160D411002-3 1560-01-129-7894 Skin, Aircraft A-10 P a g e 2 | 4 2.2. The inlet nacelle beaded skin is part of the A-10 nacelle which houses the engine (one nacelle per engine). This skin is an integral part of the nacelle and required for aircraft operation. The nacelle (including this skin) provides aerodynamics for the aircraft/engine-flow and physical protection for the engine. A reliability issue has been identified with the skin spot welds. Cracking is being experienced on fielded skins and skins that have been recently procured. A redesign of the nacelle skin is being sought to correct the reliability deficiency, and provide a procurable and sustainable item design, and return the skin to its original OSS&E baseline reliability. 2.2.1. Overall Goal:  Review current TDP, stress documents, and other pertinent information to assess OSS&E baseline reliability,  Develop design package, to include fatigue, Fracture, and tensile testing,  Assemble minimum of two prototypes for design evaluation  Provide engineering report to show results/conclusions of proposed design. 2.3. If awarded, the contractor shall deliver a new design package (including data required to qualify additional manufacturing sources in the future to allow for future competitive procurement if another source qualifies per AFMCI 23-113), any required TO change source data required by the new design (e.g., depot-level TO procedure changes associated with using the new skin instead of the legacy skin), and two prototype/engineering-model skins to verify the design and manufacturing processes meet requirements and are repeatable. 2.4. Potential sources shall be capable of furnishing all labor, materials, facilities (owned or operated by the contractor) equipment and software required to accomplish the engineering design study for the item listed. Generally, the work to be accomplished will incorporate government oversite at projected milestones and include review of all analysis and test reports. Prototypes are required to verify/validate the design and, manufacturability (including repeatability of the new design against the original OSS&E baseline requirements. 2.4.1. Interested Contractors must demonstrate experience and knowledge of the following:  Past and present experience with airframe manufacturing for commercial and/or military platforms.  Knowledge of aircraft production certification requirements.  Experience with fatigue, fracture, and tensile testing of aircraft components.  Demonstrate capability of performing analytical engineering analysis on aircraft components 2.5. Potential sources may be responsible for non-reoccurring engineering costs associated with becoming an approved source. 2.6. Industry responses to this notice will assist the Government in determining the appropriate acquisition method, and will provide the Government information about the availability of qualified companies technically capable of meeting the requirement. Information received in P a g e 3 | 4 response to this notice will also help the Government determine whether a small business set- aside is possible. All businesses are invited to respond to this notice. Companies having the ability to provide the requirements are encouraged to submit a statement, not to exceed three pages, documenting their capabilities of meeting all of the requirements listed above. Include recent corporate experience in fulfilling this type of requirement as well as the following: a. Company name, address and URL(s), b. Point of Contact (POC) name, telephone number and email address, c. Organizational Commercial and Government Entity (CAGE) code, d. Organizational DUNS number, e. Business size status for the applicable NAICS code, f. Provide the names of companies or agencies for which you performed a similar tasks, g. Identify the typical lead-time in meeting the requirement, h. Estimated cost for this task. 2.7. The interested contractor shall provide the price to support this requirement. 2.8. The interested contractor shall provide an estimated time to complete support of this requirement. Any organization responding to this Notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Interested vendors are instructed to provide only the data requested in this Notice. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information or provide feedback to respondents with respect to information submitted. After reviewing responses received, a synopsis, a pre-solicitation notice or solicitation may be published to the GPE, Federal Business Opportunities website. Changes are likely to be made in any resulting solicitation. No proprietary, classified, confidential, or sensitive information should be included in responses. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation. Some technical data is available upon request for the work specified in this RFI. Companies interested in performing the work specified and have met the requirements stated above are encouraged submit information to all of the following email addresses: Contracting Officer: Capt Aaron Velasco Aaron.velasco@us.af.mil Contract Administrator: Michelle Love michelle.love.1@us.af.mil P a g e 4 | 4 Program Manager: Brandi Nealis brandi.nealis.3@us.af.mil Engineering: James Shull james.shull@us.af.mil NOTE: Potential sources should only submit questions regarding this post to the above email address. Important Considerations: This is not a request for proposal (RFP) or an invitation for bid, nor is it to be construed as a commitment by the Government. The Government does not intend to make an award on the basis of this RFI or otherwise pay for the information solicited herein. Copies of the submitted information will be reproduced and review may be used to develop a request for proposal. Only non-classified information shall be provided in your response, and your response should be reviewed to assure that there are not any operational sensitivities identified. Contract performance may also involve data that is subject to export control laws and regulations. Only contractors who are registered and certified with the Defense Logistics Services Center, and have an approved DD Form 2345, will be provided copies of any related solicitation (including DRAFT RFP) or other data subject to foreign disclosure restrictions. The information in this notice is based on current information as of the publication date. The information in this notice is subject to change and is not binding to the Government. If changes are made, updated information will be provided in future notices and will be posted on the Federal Business Opportunities website at www.fbo.gov. Responses to this RFI may or may not be returned. Contractors not responding to this RFI will not be precluded from participation in any future solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/RFI_Engine_Beaded_Panel/listing.html)
 
Place of Performance
Address: Hill AFB, Utah, 84056, United States
Zip Code: 84056
 
Record
SN04345859-W 20161209/161207234353-da4f57d0377c36cf70f5171843327b8e (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.