Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 10, 2017 FBO #5558
SOURCES SOUGHT

51 -- Tool Kit, Aircraft Maintenance - Full RFI and CC Survey (Word)

Notice Date
2/8/2017
 
Notice Type
Sources Sought
 
NAICS
333991 — Power-Driven Handtool 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
FA8517-17-Q-30723
 
Archive Date
3/10/2017
 
Point of Contact
Chequitha R. Davis, Phone: (478) 926-2765
 
E-Mail Address
chequitha.davis@us.af.mil
(chequitha.davis@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Request for Information and Contractor Capability Survey dated 8 Feb 2017 REQUEST FOR INFORMATION TOOL KIT, AIRCRAFT MAINTENANCE 52.215-3 -- Request for Information or Solicitation for Planning Purposes. As prescribed in 15.209 (c): Request for Information or Solicitation for Planning Purposes (Oct 1997) •(a) The Government does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and proposal costs, of the Federal Acquisition Regulation. •(b) Although "proposal" and "offeror" are used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal. •(c) This solicitation is issued for the purpose of: Tool Kit, Aircraft Maintenance. CAUTION: The Government is conducting market research to identify potential sources that possess the data necessary to manufacture Tool Kit, Aircraft Maintenance. The level of security clearance and amount of foreign participation in this requirement has not been determined. The Acquisition Method Suffix Code (AMC) for this item is 3P. This AMSC P: The Government does not own the data or the rights to the data needed to purchase these parts from additional sources. The current qualified source is Parker Hannifin Co. - Aerospace Stratoflex Products Division. 2575 West 5 th St. Jacksonville, FL. 32254 INSTRUCTIONS: •1. The document(s) below contain a description of the Tool Kit, Aircraft Maintenance 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 the PCO. TOOL KIT, AIRCRAFT MAINTENANCE PURPOSE/DESCRIPTION The Government is conducting market research to identify potential sources that possess the expertise, capabilities, and experience to meet qualification requirements to manufacture Tool Kit, Aircraft Maintenance : NSN NOUN PART NUMBER 5180-00-283-2741 Tool Kit, Aircraft Maintenance R27500MD The requirements strategy is five-year contract (with basic year ordering 1) and will continue through FY21. The projected quantities will be Best Estimated Quantities (BEQ) of 9. TOOL KIT, Aircraft Maintenance This acquisition is required in order to provide a Tool Kit, Aircraft Maintenance to be used to install and repair Dynatube fittings on F-15 hydraulic system aluminum and titanium tubing. Tool Kit, Aircraft Maintenance PN R27500MD (CAGE 50599) consists of two separate carrying cases - sets R27500MD-01 and R27500MD-02. Each case is 25.360 Inches long, 19.390 Inches wide and 5.250 Inches high. CONTRACTOR CAPABILITY SURVEY NSN 5180-00-283-2741 PN R27500MD 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: 333991 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). Written responses or e-mails must be received no later than close of business ________________ Send your response to: AFMC AFLCMC/PZAAC Attn: DAVIS CHEQUITHA, Contracting Officer 235 Byron St Suite 19A Robins AFB GA 31098-1670 chequitha.davis@us.af.mil PH: (478) 926-2765 Questions relative to this market research should be addressed to the Contracting Officer (CO). 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 on previous projects similar in complexity to this requirement. 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 experience in manufacturing the Part Number/NSNs listed above that make up the Tool Kit, Aircraft Maintenance. •4. Describe your company's capabilities for generating, handling, processing and storing classified material and data. •5. Describe your company's capabilities and experience in generating technical data, engineering drawings and manuals. Identify what software programs are utilized to generate these data products and what formats are available for delivered items. •6. What is your company's current maximum capacity per month for this particular type of requirement? Provide information on any facility reserves you may possess to increase capacity in the event of an immediate need do to critical operational mission requirements. •7. 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. Commerciality Questions: •1. Is there established catalog or market prices for our requirement? •2. If you offer this product and/or service to both U.S. Government and commercial sources, is the same workforce used for both the U.S. Government and general public? •3. Is our requirement offered to both under similar terms and conditions? Briefly describe any differences. •4. Describe your standard warranty and return process for goods and services furnished to the government for items similar in nature to this requirement. •C. Manufacturing Questions •1. Describe your capabilities and experience in manufacturing with regard to the requirements of this effort. •2. Describe your capabilities and experience in developing/modifying manufacturing procedures. Include associated upgrade of technical orders and preparation of new technical orders. •3. Demonstrate your ability and experience in the manufacture of the same or similar components, which are currently utilized in the commercial or military environment by providing the following information on the same or similar items: •a) Contract Number •b) Procuring Agency •c) Contract Value •d) Number of assets shipped •4. Provide your commercial manual(s) or Acceptance Test Procedures (ATP) and your rights to these manuals and or ATP used in the manufacture and functional check of these or similar assets for Government Engineer review. •5. Describe your capabilities and experience in test, evaluation, and repair processes/procedures with regard to manufacturing items. •6. Describe your configuration management processes and how you identify and resolve parts obsolescence and diminishing manufacturing sources problems? •7. Discuss your process for addressing any fit, form, and or function issues that may arise out of the requirements of this effort. •8. Describe your process for maintaining inventory records and reporting on hand/work-in-process balance and manufacturing status to your customer. •9. Include a detailed listing of facilities and equipment, including quantities, required to satisfy the requirements of this effort. •a. Provide an outline of the proposed process, including inspections. • i. State the type of test procedures are anticipated for this effort. • ii. State the type of inspection processes anticipated for this effort. •§ NDI/T. •§ Destructive testing/inspection. •10. How will your organization address the absence of drawings, specifications, technical data, test procedures, etc. •11. If the item cannot be manufactured in total, state what your organization can produce. •12. State any technology insertion ideas for the item that would be suitable for this effort. 13. Discuss any reverse engineering or item replacement opportunities that may be present.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/FA8517-17-Q-30723/listing.html)
 
Place of Performance
Address: Contractor determined location, United States
 
Record
SN04395539-W 20170210/170208234401-078158d36ec042f976b2c6581679b21c (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.