SOLICITATION NOTICE
15 -- Air Refueling Pod Parts (Counter and Tunnel)
- Notice Date
- 10/17/2019
- Notice Type
- Presolicitation
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment 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
- FA8509-20-R-0002
- Archive Date
- 11/16/2019
- Point of Contact
- Elijah Maurice, Phone: 4789262478, Bryan Canady, Phone: 478-926-4430
- E-Mail Address
-
Elijah.maurice@us.af.mil, bryan.canady@us.af.mil
(Elijah.maurice@us.af.mil, bryan.canady@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- REQUEST FOR INFORMATION -110 Clock and Cycle Counter Assembly Kits (P/N:149-4122-13, 406512-2), Nylon Extended Tunnel Assembly Kits (P/N:401051-3), & Ring Tunnels (P/N:411676-1) CAUTION: The Government is conducting market research to identify potential sources that possess the expertise, capabilities, and experience to meet qualification requirements to manufacture the -110 Clock and Cycle Counter Assembly Kits, Nylon Extended Tunnel Assembly Kits, & Ring Tunnels for use by United States Air Force (USAF) personnel. The level of security clearance and amount of foreign participation in this requirement has not been determined. The Acquisition Method Suffix Code (AMSC) is B: Must be bought from source(s) specified on a source control drawing. The Acquisition Method Code (AMC) is 4: Acquire for the first time from the actual manufacturer. The Government does not own or have access to the data for these items. The Government has determined that this system is not a commercial item. There are no samples available for potential suppliers to evaluate. The sole source requirement will be purchased from Sargent Fletcher Inc. 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. 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 market research in an attempt to overcome barriers to competition. (End of Provision) INSTRUCTIONS: 1.Below is a document containing a description of the -110 Clock and Cycle Counter Assembly Kits, Nylon Extended Tunnel Assembly Kits, & Ring Tunnels requirement and a Contractor Capability Survey, which allows you to provide your 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: Bryan Canady, email: bryan.canady@us.af.mil, phone: 478-926-4430.   -110 Clock and Cycle Counter Assembly Kits (P/N:149-4122-13, 406512-2), Nylon Extended Tunnel Assembly Kits (P/N:401051-3), & Ring Tunnels (P/N:411676-1) PURPOSE/DESCRIPTION The Government is conducting market research to identify potential sources that possess the expertise, capabilities, and experience to meet qualification requirements for the production of -110 Clock and Cycle Counter Assembly Kits, Nylon Extended Tunnel Assembly Kits, & Ring Tunnels. The -110 Clock and Cycle Counter Assembly Kits will include: NOUN ID Plate Clock and Cycle Counter Assembly NSN TBD 6625-01-643-2776 P/N 149-4122-13 406512-2 The Nylon Extended Tunnel Assembly Kits will include: NOUN NSN P/N Extended Tunnel 1560-01-660-6257 401051-3 *Extended Tunnel Assembly Hardware to be included in kit. The Ring Tunnels will include: NOUN NSN P/N Ring Tunnel 1680-01-660-6317 411676-1 This requirement is for procurement. The period of performance for the contract is two years after award. The projected quantities will be Best Estimated Quantities (BEQ) of 88 -110 Clock and Cycle Counter Assembly Kits, 88 Nylon Extended Tunnel Assembly Kits, and 8 Ring Tunnels. The Government's needs for procurement are required in order to provide the proper fleet support for Air Force Special Operations Command, and ultimately the Warfighter. The -110 Clock and Cycle Counter Assembly Kits will track each hose reel cycle (full in and out). Each kit will be comprised of 1 ID Plate and 1 Clock and Cycle Counter Assembly. The Nylon Extended Tunnel Assembly Kits will provide a softer surface and reduce friction with the VSD rib coatings, resulting in easier extractions/retractions while extending the service life of the ribs. Each kit will be comprised of 1 Extended Tunnel and Extended Tunnel Assembly Hardware. The Ring Tunnel is a nylon insert that can be replaced once it is deemed to have reached a certain point of wear that could impact the integrity of the Extended Tunnel. This sacrificial piece aims to protect the rest of the Tunnel Assembly as the hose is extended in and out for multiple refueling efforts. A drawing package is not available.   CONTRACTOR CAPABILITY SURVEY -110 Clock and Cycle Counter Assembly Kits (P/N:149-4122-13, 406512-2), Nylon Extended Tunnel Assembly Kits (P/N:401051-3), & Ring Tunnels (P/N:411676-1) 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: Government Proposed North American Industry Classification System (NAICS) Code: 336413 Based on the Government proposed 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) System for Award Management (SAM) (Yes / No) A statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership). Responses to the Capability Survey Part I and Part II must be received no later than close of business (enter due date, SB Note: 15 days from date of posting is sufficient). Please ensure data is in a readable electronic format that can be received through a firewall. Attachments shall not to exceed 10 MB per email. Multiple emails are acceptable. Responses must be sent via email to the following: Bryan Canady: bryan.canady@us.af.mil and Melissa Sturdivant: melissa.sturdivant@us.af.mil Nicole Mitchell: brandi.mitchell@us.af.mil Questions relative to this market research should be addressed to: Bryan Canady bryan.canady@us.af.mil 478-926-4430 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 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. 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 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. 1.NDI/T. 2.Destructive testing/inspection. 10. How will your organization address the absence of drawings, specifications, technical data, test procedures, etc. 11.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/FA8509-20-R-0002/listing.html)
- Place of Performance
- Address: 325 Byron Ste 19A, Georgia, 31098, United States
- Zip Code: 31098
- Zip Code: 31098
- Record
- SN05476651-W 20191019/191017230607-6fb94967b016e62cc2381666331a5781 (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 |