SOURCES SOUGHT
29 -- RFI Borescopes - Request for Information
- Notice Date
- 2/16/2018
- Notice Type
- Sources Sought
- NAICS
- 333314
— Optical Instrument and Lens 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
- FA8533-18-BORESCOPES
- Archive Date
- 3/31/2018
- Point of Contact
- Russell C. McGaha, Phone: 4782227350
- E-Mail Address
-
russell.mcgaha@us.af.mil
(russell.mcgaha@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Request for Information Borescopes The Government is conducting market research to identify potential sources that may possess the repair data, expertise, capability, and experience to meet qualification requirements to repair various borescope NSNs (6650-01-599-7717; 6650-01-324-3329; 6650-01-406-3086). The level of security clearance and amount of foreign participation in this requirement has not been determined. Borescopes were previously repaired by Olympus NDT Inc. under contract FA8519-14-D-0009 from 18 APR 14 to 17 APR 19. The RMC/RMSC code for these NSNs is R4/Z, and the NAICS code is 333314. This service has been performed multiple times by Olympus NDT Inc., Original Equipment Manufacturer (OEM). This item will be acquired using Other Than Full and Open Competition (OTF&OC) as prescribed by FAR 6.302-1, as Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. This action will result in an award of a repair service contract with one (1) basic year and two (4) one-year options. The technical data required to organically repair or complete the repair is not owned by the Government, and is uneconomical to acquire the data by purchase or to reverse engineer the item. This sole source requirement will be purchased from the following sources: a) OLYMPUS NDT INC. 48 WOERD AVE STE 105 WALTHAM MA 02453-3824 UNITED STATES CONTRACTOR CODE: 1KY21 Samples of this test set are not available for potential developers/suppliers to evaluate. Contractor shall furnish all material, support equipment, tools, test equipment, and services. The contractor is responsible for providing, maintaining, and calibrating all support equipment required at their facility or a subcontractor's facility. Contractor furnished material or parts used for replacement shall equal or exceed the quality of the original material or parts. 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. FAR 52.215-3 -- Request for Information or Solicitation for Planning Purposes 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 the Augmentor Spray Ring Test Stand. Spray Ring Test Stand is used to test/confirm the performance of the spray rings with the F-100, 200E (F015/F016) Pratt Whitney engines. Borescopes INSTRUCTIONS: 1. The document contains a description of the Borescope repair 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 the PCO, Russell McGaha, 478-222-1955, or via email at russell.mcgaha@us.af.mil PURPOSE/DESCRIPTION Borescopes are complex inspection tools, consisting of hardware, electronic, computing capabilities, optics and software. The basic components of a borescopes kit include a light source, a vehicles to transmit and record visual images, probes and different probe tips to allow for different viewing and measurements. Internal engine borescopes are a critical tool in the Air Force's aircraft program as they facilitate internal engine inspections and are also commonly used for foreign objects search and removal in cockpits and other areas of the aircraft. Borescopes enable maintainers to look inside the internal chambers of an engine without disassembling it. The borescopes industry is comprised of a variety of different configurations, sizes, and types. Accordingly, capabilities vary among borescopes in the industry as the accessories and modifications also vary from one type of borescopes to another, e.g. Videoscopes, fiberscopes and rigid scope. NOUN NSN P/N IV8635AL1-TOOL/MEAS 6650-01-599-7717RN N4129822 IF4D5-15 Fiberscope 6650-01-324-3329RN IF4D5-15 IF8C5-30 6650-01-406-3086RN IF8C5-30 This requirement is for repair services only. The repair strategy is a five (5)-year contract (one (1) basic plus four (4) one-option years) and will continue through FY24. The projected quantities for repair will be Best Estimated Quantities (BEQs). The borescope delivered by the contractor shall be 100% tested, serviceable and compatible to government standards. This message may contain competitive, sensitive or other non-public information not intended for disclosure outside official government channels. If replacement parts are required for the repair, OEM parts or better must be used. The borescope shall be repaired to the latest configuration to maintain performance requirements. OLYMPUS BORESCOPE REQUIREMENTS The borescope, including all parts and accessories, shall be constructed and finished in a thoroughly workmanlike manner. Workmanship objectives shall include freedom from blemishes, defects, burrs and sharp corners and edges; accuracy of dimension, surface finish, and radii of fillets; thoroughness of welding, painting, and riveting; marking of parts and assemblies; and proper alignment of parts and tightness of assembly fasteners. The services required to bring a borescope into a serviceable condition include assessing the borescope to determine the level of repair that is required, performing the actual repair, and returning the repaired borescope and fiberscope to the field users in a serviceable working condition. If it has been determined by the manufacturer that the borescope and fiberscope can't be repaired then the manufacturer is responsible for providing the field users with a new borescope and fiberscope based on the technical requirements found in the CID (Commercial Item Description). The form, fit, and function of the end item, shall not be changed, modified, or altered unless such changes are approved by the Cognizant Government Engineer and authorized in writing by the Procuring Contracting Officer (PCO). Figure 1: Example of Olympus IPLEX SXII--N2324422 CONTRACTOR CAPABILITY SURVEY Borescopes 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: NOTE: For the proper NAICS code, consult with the Buyer/PCO 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 please, no facsimiles, must be received no later than close of business 16 MARCH 2018. Please mail/e-mail two (2) copies of your response to: AFLCMC/AFSC/PZAAA Attn: Russell McGaha Bldg 300WW 235 Bryon St., STE 19A Robins AFB GA 31098-1600 e-mail: russell.mcgaha@us.af.mil NOTE: Ensure data is either hard copy or in a readable electronic format. Ensure electronic data can be received through a firewall. 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 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. 4. 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. 5. 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 ISO 9001 (or equivalent). B. 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. 1. NDI/T. 2. 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/FA8533-18-BORESCOPES/listing.html)
- Record
- SN04827270-W 20180218/180216231519-9cc90b749e65f3f7af1c4b6546f1c71a (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 |