SOURCES SOUGHT
28 -- B-52H AIRCRAFT RE-ENGINE INTEGRATOR
- Notice Date
- 2/3/2017
- Notice Type
- Sources Sought
- NAICS
- 336412
— Aircraft Engine and Engine Parts 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
- FA8107-17-R-0002
- Archive Date
- 3/16/2017
- Point of Contact
- Jacob A. Perez, Phone: 4057394492
- E-Mail Address
-
jacob.perez.6@us.af.mil
(jacob.perez.6@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- B-52H AIRCRAFT RE-ENGINE INTEGRATOR 1 February 2017 THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. While industry sources are requested to provide full and comprehensive responses to this questionnaire, they are reminded that all information is voluntary, and the Government will not reimburse sources in any way for responses provided. Likewise, a company's participation in the market research via this questionnaire does not obligate the Government to enter into any contractual agreement, either formally or informally, with a company. This Sources Sought Synopsis (SSS) market survey is being issued in accordance with (IAW) Federal Acquisition Regulation (FAR) subpart 15.201(e) and conducted to identify potential sources that may possess the expertise, capabilities, and experience to provide integrator support on the U.S. Air Force (USAF) B-52H aircraft Re-Engining effort. Below is a description of the B-52H Aircraft Re-Engining requirement and a Vendor Survey, which allows you to provide your company's capability for meeting this USAF requirement. 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. I. B-52H AIRCRAFT RE-ENGINING DESCRIPTION The USAF is contemplating a re-engining requirement for the B-52H with an eight engine replacement program utilizing commercial regional/business size jet engines. Respondents should provide a general background on their experience as an integrator on the B-52H airframe and specifically their experience with re-engining aircraft. The North American Industry Classification System (NAICS) Code is # 336411 - "Aircraft Manufacturing" (Size standard 1,500 employees). Please provide as much detail in your responses as possible. II. VENDOR SURVEY A. GENERAL COMPANY INFORMATION 1. Company Name and CAGE Code: 2. Address (Including Telephone No. and E-Mail Address): 3. Points of Contact: 4. Based on NAICS code# 336412, 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 Small Business (Yes / No) Service Disabled Veteran Owned Small Business (Yes / No) 5. Is your company domestically or foreign owned (if foreign, please indicate the country of ownership)? B. BUSINESS CAPABILITIES •1. Describe your company's primary business product line. •2. Describe your company's business regarding armament design, development, aircraft integration, software development and integration, production, and testing. •3. What kind of facility security clearance does your company maintain? •4. Can your company possess Arms Export Control Act (Title 22, U.S.C., Sec 2751, et seq.) controlled information? •5. Describe the processes you have in place that address cyber security (information assurance). •6. Please identify any industry certifications that your company presently holds in the areas of quality assurance and/or configuration management. •7. Give us examples of past performance (Evidence of contracts with similar scope, Evidence of contracts with similar size and complexity, Evidence of contracts with similar geographic coverage, Evidence of customer service and timeliness of services, References and Quality). •8. Does your company have experience successfully producing detailed operations and maintenance manuals, schematics, product drawing packages, training program development and management plans, test reports, software program documents, provisioning data, and other similar type documents for armament system development? If you answer affirmatively, please provide a brief description of the work. •9. Describe your company's previous experience provisioning for USAF contracts, supporting cataloging actions, providing Item Unique Identification (IUID) information, and projecting usage rates. C. TECHNICAL CAPABILITIES Goals for the B-52H Integrator are as follows: Maintain current wing structure and engine pylons so as to minimize any structural changes to integrate engines. Engines would be provided by the government via a separate contract. Respondents should identify how they would integrate such an engine taking into account the following areas of the aircraft. •1. Airframe (a) Airframe Integration, Assembly, Test and Checkout; (b) Airframe Structural Systems; (c) Fuselage; (d) Wing (e) Pylon; (f) Strut System •2. Propulsion (a) Propulsion Integration, Assembly, Test and Checkout; (b) Engine; (c) Quick Engine Change; (d) Kit; (e) Nacelle; (f) Exhaust Cone & Nozzle; (g) Accessory Gearbox; (h) Nuclear Hardening of Digital Engine Controls •3. Vehicle Subsystems (a) Vehicle Subsystems Integration, Assembly, Test and Checkout; (b) Electrical; (c) Pneumatics; (d) Quick Starting of Engine Hydraulics; (e) Fuel Control Unit; •4. Avionics (a) Avionics Subsystem Integration, Assembly, Test and Checkout; (b) Crew Stations; (c) Air Data System; (d) Autopilot; (e) Stability Augmentation System; (f) Flight Controls; (g) Software; (h) Survivability & Nuclear Hardening •5. Cyber Security (a) Avionics; (b) Engine Full Authority Digital Engine Control •6. Weapon Delivery Weapon Subsystem Integration, Assembly, Test and Checkout; •7. Auxiliary Equipment •8. System Engineering (a) Weight and Balance; (b) Tracking; (c) Flight Qualities; (d) Drag; (e) Stress; (f) Airworthiness; (g) Program Management; (h) Earned Value Management; (i) Integrated Baseline Review; (j) Program Management Review; (k) Technical Interchange Meeting; (l) Supplier Management; (m) System Test & Evaluation; Developmental Test & Evaluation; (n) Operational Test & Evaluation •9. Wind Tunnel (a) Build new flutter model (< 10% model to fit tunnel); (b) Weapons Release (10% model); (c) Aircraft Low Speed; (d) Aircraft High Speed •10. Mock Up/System Integration Labs •11. Test Evaluation & Support •12. Nuclear Hardening (a) Low Level Continuous Wave; (b) High Power Electromechnical Pulse •13. Logistics •14. Training (a) Weapon System Trainer Integration (WST), Assembly, Test and Checkout; (b) WST •15. Aircrew Training Field Level Training (Train the Trainer) •16. Maintenance Trainers (a) Electrical; (b) Environmental; (c) Hydraulics •17. Maintenance Training Field Level Training (Train the Trainer) •18. Data (a) Technical Data; (b) Air Crew Flight Manuals; (c) Maintenance Technical Publications •19. Engineering Data (a) Airworthiness; (b) Take Off and Landing Data; (c) Mod Planning Guide Updates; (d) Drawing Updates •20. Management Data •21. Support Data •22. Peculiar Support Equipment (a) Test and Measurement Equipment; (b) Support and Handling Equipment •23. Initial Spares •(a) Risk Kit Spares; (b) Engines; (c) Engine Trailer Adapters; (d) Engine Lifting Adapters D. BUSINESS PRACTICES •1. If your solution proposes proprietary data, are you willing to sell all the proprietary data to the Government? •2. Describe your company's Earned Value Management capability. •3. Does your company have experience with long-term contracts or purchasing agreements with fixed prices, i.e. more than 7 years in duration? •4. Does your company provide for discounted prices based on the quantity of the items provided? •5. Does your company have any experience with Government technical manual requirements? Does your company accomplish this through your own workforce or would it be subcontracted? Please explain. •6. Does your company offer a standard warranty on your products? Does it cover parts, labor, and /or technical support? What is the standard time duration? •7. For this effort would your company need to subcontract any part of the work? Please provide a detailed response. Indicate whether the subcontractor will be a small or large business. •8. Provide comment on your company's capability to leverage common test capabilities to shorten the time to field the as well as to reduce cost and lead time. •9. Provide comment on opportunities for technical and/or cost tradeoffs in this program. What kind of tradeoff approach does your company recommend? •10. Provide comment on possible contract incentives your company thinks would encourage industry to deliver this program in an accelerated manner and/or at lower cost. III. CONTRACT TYPE AND COMPETITION The USAF will review this initial Sources Sought and related market research results to determine the feasibility of future competition and appropriate contract vehicle. 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. ATTACHMENTS N/A The Government Point of Contact (POC) will post all vendor questions to FedBizOps in order that all potential sources have the same information available to them. This is NOT a formal notice of solicitation. Telephone or facsimile inquiries and/or related requests will not be accepted. All documentation received by 12 p.m. Central Standard Time, 1 March 2017, will be considered by the Government. "Notice to Offeror(s)/Supplier(s): Funds are not available for this effort. No award will be made under this Sources Sought. The Government reserves the right to cancel this Sources Sought, either before or after the closing date. In the event the Government cancels this Sources Sought, before or after the closing date the Government has no obligation to reimburse an offeror for any costs"
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA8107-17-R-0002/listing.html)
- Place of Performance
- Address: 3001 Staff Drive, Tinker AFB, Oklahoma, 73145, United States
- Zip Code: 73145
- Zip Code: 73145
- Record
- SN04391091-W 20170205/170203234743-6227b166f36199c3c79908e151bc930f (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 |