SOURCES SOUGHT
J -- LOW PRESSURE ROTOR AND FRAME ASSEMBLY MODULE 13/15, F108-100 (CFM56-2B) Engine (NSN 2840-01-229-5786PN) (Part Numbers 305-482-301-0, 305-482-302-0, 305-482-303-0) - Statement of Work
- Notice Date
- 3/1/2017
- 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
- FD20301701297
- Archive Date
- 3/1/2018
- Point of Contact
- Mike Murray, Phone: 4057344616
- E-Mail Address
-
mike.murray@us.af.mil
(mike.murray@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- PRESSURE ROTOR AND FRAME ASSEMBLY MODULE13/15, F108-100 (CFM56-2B) Engine (NSN 2840-01-229-5786PN) (Part Numbers 305-482-301-0, 305-482-302-0, 305-482-303-0) CAUTION: This market survey is being conducted to identify potential sources that may possess the expertise, capabilities, and experience to meet the requirements for qualification and production of the Low Pressure Rotor and Frame Assembly (Module 13/15) for installation on the F108-100 (CFM56-2B) engine. The level of security clearance and amount of foreign participation in this requirement has not been determined. 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: Below is a document containing a description of the Module 13/15 requirement and a Contractor Capability Survey, which allows you to provide your company's capability. 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.) Identify any areas of work that your organization believes should be broken out exclusively for Small Business. Both large and small businesses are encouraged to participate in this Market Research. Joint ventures or teaming arrangements are encouraged. Questions relative to this market survey should be addressed to Mike Murray, (405) 734-4616. Responses due April 3, 2017. LOW PRESSURE ROTOR AND FRAME ASSEMBLY (MODULE 13/15) PURPOSE/DESCRIPTION The Government is conducting market research to identify potential sources that possess the production data/repair data, expertise, capabilities, and experience to meet qualification requirements for the remanufacturing r equirements for the F108-100 (CFM56-2B) Low Pressure Turbine Rotor and Frame Assembly (Module 13/15) that applies to the following National Stock Numbers (NSN) and Part Numbers (P/N): Input P/N Output P/N Input NSN Output NSN___ 305-482-301-0 305-482-301-0 2840-01-229-5786PN 2840-01-229-5786PN 305-482-302-0 305-482-302-0 2840-01-229-5786PN 2840-01-229-5786PN 305-482-303-0 305-482-303-0 2840-01-229-5786PN 2840-01-229-5786PN Our acquisition strategy is a five-year contract (basic plus five option years) and will begin November 2019 through November 2024. The projected quantities will be an estimated 144ea modules per year (12ea per month). The information received will be utilized by the USAF in developing its acquisition strategy, Performance Work Statement, Purchase Description and Specification. Any proprietary information that is submitted may be used as a general concept, but specific information will be safeguarded as proprietary, if so marked and clearly identified in accordance with (IAW) the applicable Government regulations. The Government requests that non-proprietary information be submitted in response to this SSS/RFI. However, should proprietary information be submitted, it should be marked "PROPRIETARY," and will be handled accordingly. The Government shall not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded IAW the applicable Government regulations. Proprietary information or trade secrets should be clearly identified. The information in this notice is based on current information available to date, is subject to change, and is not binding to the Government. Updated information will be provided in future announcements, if applicable and posted electronically on the Federal Business Opportunities website at www.fbo.gov. A non-response does not preclude participation in any future solicitation, if one is issued. 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. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described potential procurement make contact with the Original Equipment Manufacturer (OEM), CFM International, Inc. (CFM). Specifications, plans, or drawings relating to the procurement described are incomplete or not available and cannot be furnished by the Government. No technical data is available; the Government does not own data rights or cannot obtain the data. The Government WILL NOT BE ABLE TO PROVIDE MANUALS OR DRAWINGS FOR THIS REQUIREMENT. All component parts shall be acquired from USAF approved vendors, Government inventory, OEM approved vendors, or commercial inventories including, but not limited to, Defense Logistics Agency (DLA). Life Limited Parts (LLP) shall be new and unused from USAF approved sources or remanufactured from Government inventory. New and unused non-LLP components shall be from USAF approved vendors, Government inventory, or OEM approved vendors. Non-LLP used serviceable commercial components shall be from used commercial inventories acquired originally from a USAF or OEM approved vendor. The contractor shall provide Federal Aviation Administration (FAA) Form 8130-3 documentation for each used component in a module at time of module delivery. Contractor shall not acquire used commercial parts from supplier sources that have been subject to any violation, penalty, or disciplinary actions leading to FAA disapproval of its aircraft, engine maintenance or operations. All four stages of LPT blades shall be either brand new or fully restored to as new condition. Suppliers must be able to provide necessary certifications including a Certificate of Conformance and traceability to the OEM for any commercially obtained component. Traceability means that the supplier must be able to show a clear documented, auditable paper trail for ownership and transfer of each part, from the OEM to the final vendor. CONTRACTOR CAPABILITY SURVEY LOW PRESSURE ROTOR AND FRAME ASSEMBLY MODULE 3/15 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: 336412, 1,500 employees 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). Respond by April 3, 2017 (along with any supporting documentation) directly to Mike Murray at the following e-mail address: mike.murray@us.af.mil Please note: Emails containing file types such as:.zip,.xlsx,.docx, or other macro-enabled extensions, may not be delivered to the intended recipients. Questions should be directed via email to Mike Murray, Contracting Officer mike.murray@us.af.mil Contracting Office Address: 3001 Staff Drive Tinker AFB, OK 73145 United States Primary Point of Contact: Mike Murray (mike.murray@us.af.mil) Phone: 405-734-4616 Part II. Capability Survey Questions •A. General Capability Questions: Describe briefly the capabilities of your facility and the nature of the goods and/or services you provide. Include a description of your staff composition and management structure. 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). What quality assurance processes and test qualification practices does your company employ? Please provide a description of your quality program (ISO 9001, AS9100, etc.) Describe your company's capabilities for generating, handling, processing and storing classified material and data. Describe your company's capability to obtain or manufacture tooling. What is your company's current maximum production capacity per month? Provide information on any facility reserves you may possess to increase production capacity in the event of an immediate need do to critical operational mission requirements. Are there specific requirements in the documentation that we provide that would currently preclude your product from being a viable solution to our requirement? Include a detailed listing of facilities and equipment, including quantities, required to satisfy the requirements of this effort. Provide an outline of the proposed process, including inspections. •B. Remanufacture Questions: Describe your capabilities and experience in modifying existing systems/equipment to solve maintenance and support problems in the depot environment. Describe your capabilities and experience in developing/modifying remanufacturing or maintenance procedures. Include associated upgrade of technical orders and preparation of new technical orders. Describe your configuration management processes and how you identify and resolve parts obsolescence and diminishing manufacturing sources problems? Describe your process for maintaining inventory records and reporting on hand/in work balances and repair status to your customer. •C. Commerciality Questions: Are there established catalog or market prices for our requirement? 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? Is our requirement offered to both under similar terms and conditions? Briefly describe any differences. Describe your standard warranty and return process for goods and services furnished to the government for items similar in nature to this requirement. Services Questions Describe your capabilities and experience in any required test, evaluation, and remanufacturing processes/procedures with regard to the required items. Discuss your process for addressing any fit, form, and or function issues that may arise out of the requirements of this effort. How will your organization address the absence of drawings, specifications, technical data, test procedures, etc. If your company can not perform the entirety of the requirement what part could or would your company be able to perform. Provide specific info on what could be broken out for your company's performance.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FD20301701297/listing.html)
- Record
- SN04418839-W 20170303/170301234631-c1b26ee8c2ac504f8d874d0cdea5f073 (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 |