Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 01, 2020 SAM #6728
SOURCES SOUGHT

10 -- Pre-Qualification For Competitive Acquisition Efforts GAU-2 Minigun Housing

Notice Date
4/29/2020 3:19:30 PM
 
Notice Type
Sources Sought
 
NAICS
332994 — Small Arms, Ordnance, and Ordnance Accessories Manufacturing
 
Contracting Office
FA8520 ALFCMC EBRK ROBINS AFB GA 31098-1670 USA
 
ZIP Code
31098-1670
 
Solicitation Number
FA8554-20-GAU-2MinigunHousing
 
Response Due
5/29/2020 1:00:00 PM
 
Archive Date
06/13/2020
 
Point of Contact
Jerry Brown, Phone: 4783273042, Jessica Moore, Phone: 801-668-0935
 
E-Mail Address
jerry.brown.14@us.af.mil, Jessica.moore.19@us.af.mil
(jerry.brown.14@us.af.mil, Jessica.moore.19@us.af.mil)
 
Description
��������������������������������������������������������������� Pre-Qualification ���������������������������������������������������� For Competitive Acquisition Efforts ����������������������������������������������������������� GAU-2 Minigun Housing ����������������������������������������������������������� (NSN 1005-00-919-3921) ����������������������������������������������������������������� 29 April 2020 �������������������������������������������������������� GAU-2 Minigun Housing �������������������������������������������������������� (NSN 1005-00-919-3921) CAUTION: This market survey is being conducted to identify potential sources that may possess the expertise, capabilities, and experience to meet the requirements for pre-qualification and production of the GAU-2 Minigun Housing 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.� 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 GAU-2 Minigun Housing requirement, a Contractor Capability Survey, which allows you to provide your company�s capability, and the attached Source Qualification Statement. 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 Jess Moore (jessica.moore.19@us.af.mil 801-668-0935) or Jerry Brown (jerry.brown.14@us.af.mil 478-327-3042) GAU-2 Mini-Gun Housing PURPOSE/DESCRIPTION ����� The Government is conducting market research to identify potential sources that possess the production/repair data, expertise, capabilities, and experience to meet qualification requirements for the production of NSN 1005-00-919-3921/ Part Number: 6SF9N4 (7.62 MM Gun Housing) for US Air Force, Army, and Navy requirements. This is a build to print acquisition.� Our acquisition strategy is a five-year contract (basic plus four option years) and will continue through FY26. Two First Articles are required (one (1) expendable and one (1) added to Production) if a vendor has not produced this item in the past 36 months. �The projected quantities will be 12 for the basic year and a range from 1-15 for the following option years. The Government�s Best Estimated Quantities for this requirement are in the table below. Best Estimated Quantities Pre-Qualification For Competitive Acquisition Efforts �GAU-2 Minigun Housing �(NSN 1005-00-919-3921) �29 April 2020 �GAU-2 Minigun Housing (NSN 1005-00-919-3921) CAUTION: This market survey is being conducted to identify potential sources that may possess the expertise, capabilities, and experience to meet the requirements for pre-qualification and production of the GAU-2 Minigun Housing 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.� 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 GAU-2 Minigun Housing requirement, a Contractor Capability Survey, which allows you to provide your company�s capability, and the attached Source Qualification Statement. 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 Jess Moore (jessica.moore.19@us.af.mil 801-668-0935) or Jerry Brown (jerry.brown.14@us.af.mil 478-327-3042) GAU-2 Mini-Gun Housing PURPOSE/DESCRIPTION ����� The Government is conducting market research to identify potential sources that possess the production/repair data, expertise, capabilities, and experience to meet qualification requirements for the production of NSN 1005-00-919-3921/ Part Number: 6SF9N4 (7.62 MM Gun Housing) for US Air Force, Army, and Navy requirements. This is a build to print acquisition.� Our acquisition strategy is a five-year contract (basic plus four option years) and will continue through FY26. Two First Articles are required (one (1) expendable and one (1) added to Production) if a vendor has not produced this item in the past 36 months. �The projected quantities will be 12 for the basic year and a range from 1-15 for the following option years. The Government�s Best Estimated Quantities for this requirement are in the table below. Best Estimated Quantities Ordering Period����� Best Estimated Quantities I��������������������������������������������� 12 II������������������������������������������� 1-15 III��������������������������������������������1-15 IV������������������������������������������� 1-15 V���������������������������������������������1-15 NSN 1005009193921 PN 6SF9N4 � The 7.62 MM Gun Housing is a 5� diameter by 9.28� long casting of 17-4PH stainless cast that provides bearing surfaces for the Rotor Assembly in each Service�s 7.62MM Automatic Gun (Minigun) configuration. The Air Force Minigun configurations are the GAU-2B/A, GAU-2B/A Modified and GAU-2C. The GAU-2C is an electrically driven, air-cooled multi barrel gun, composed of six barrels and six bolt assemblies which revolve around the longitudinal axis of the weapon. This gun is capable of firing from 2,000 to 6,000 rounds per minute.� The GAU-2C Minigun is used on USAF MH-60 and HH-60G Pave Hawk helicopters. CONTRACTOR CAPABILITY SURVEY GAU-2 Mini-Gun Housing 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:� 332994 and 336413 ������ 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) ����� 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). � � Part II. Capability Survey Questions � General Capability Questions: Does your company possess a currently valid Federal Firearms License (FFL)? 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 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. Describe your company�s capability to obtain or manufacture molds/tooling.� Also, provide information on your type of molding process. 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. Hardware Production Questions: Describe your capability and experiences in the manufacturing/fabrication of components. � Commerciality Questions: Describe your standard warranty and return process for goods and services furnished to the government for items similar in nature to this requirement. Please email responses to Jess Moore (jessica.moore.19@us.af.mil 801-668-0935) or Jerry Brown (jerry.brown.14@us.af.mil 478-327-3042). Responses must be received no later than close of business (enter due date: allow 30 days for response) Pre-Award Source Qualification Requirements � AMSC C: This assembly is aviation Critical Application Item (CAI) and requires engineering source approval by the design control activity In order to maintain the quality of the part. Alternate sources must qualify by submitting a Source Approval Request (SAR) In accordance with design control activity's procedures, AFMCI 23-113, and receiving approval from the applicable government engineering support activity (ESA), AFLCMC/EBREW Engineering Office (Weapons Engineering Section), Robins AFB, GA. Section A: Item Identification � Stock Number (NSN):1005-00-919-3921 Part Number: 6SF9n4 Noun: Housing, Gun 7.62mm Application: GAU-27.62mm Gun Section B: Justification for Establishing a Qualification Requirement � The GAU-2, 7.62 mm Mini-gun Housing, requires extreme close tolerances for this component to include a complex, cast, and mechanized cam path. A complicated investment casting, a Federal Firearms License (FFL), and specialized induction heat treatment processes are also required. Special care in machining and heat treatment is required to assure compliance of the end item with specified test requirements. This assembly contains the rotor that rotates at 1000 RPM and 6 sets of breech bolt assemblies that traverse a cam path that place the round into the breach, fire the rounds at a rate of 6000 shots per minute, and remove empty casings from the housing. This component requires a class 2A casting and extreme care to adhere to the cam path manufacture. The qualification requirements specified herein are necessary to verify the structural and/or functional integrity and/or fit and form of the item being procured. Failure to procure these Items from a fully qualified source can result in structural or functional deficiencies that will compromise the mission capability of the respective weapon system and may have legal implications.� Deficiencies may have safety implications that could lead to increased risk of injury to personnel, as well as damage to equipment. Catastrophic failure of the component may lead to degraded mission capabilities, aircraft damage or loss, and loss of life. � � � Section C: Qualification Requirement � Source approval information: Listed below are the minimum requirements necessary to become a pre� award qualified bidder on the item listed above. Potential bidders shall provide a summary of the company's capabilities, including a detailed factory layout, a list of the machinery, fixtures, tooling, and test and inspection equipment. The summary shall demonstrate that the company has the required facilities and equipment to manufacture, inspect, test, package, and store the item. The 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. Potential bidders shall demonstrate the ability and have experience in manufacturing the same or similar aviation critical application items, with rotary gun elliptical cam paths or other features of similar complexity and criticality. Potential bidders shall provide the following Information on the items: Part number, stock number, nomenclature, and drawing of similar Item Aircraft similar Item is used on Contract Number Procuring Agency Contract Value Number of assets shipped Potential bidders shall provide a detailed quality plan implementing A59100 or ISO 9002 (or equivalent). Potential bidders shall provide a detailed manufacturing plan describing fabrication, inspection, and test procedure that shall provide: Traceability of batch/lot for material, heat treatment, coatings, test/Inspections, chemical composition, and certifications. Identification of material sources of all parts of the assembly. Sources for raw materials must be documented for each type of material called for in the assembly, including country of origin. Sources for castings and forgings must be documented. No material waivers will be granted. Identification of sources for all processes not performed in-house. Sources for all processes not performed by the potential bidder shall be documented. Identification and management of the critical application items. A qualification test plan/procedure detailing how compliance with all performance, environmental, mechanical, and quality assurance requirements identified by the ESA� approved engineering data package will be verified. The offeror must manufacture this item to conform to the government requirements as prescribed within the ESA-approved engineering data package. The offeror must show compliance with Unique Identification (UID) requirements in accordance� with DFARS 211.274 as prescribed within the ESA-approved engineering data package. The offeror must provide, at its own expense, data showing the results of all quality, performance, and environmental evaluations conducted by the offeror to show compliance with the government requirements as prescribed by the ESA. The offeror shall also identify its sources for materials and its standards for internally used processes. Test and Evaluation and/or Verification. The offeror, at his own expense, shall prepare and submit to the design control authority AFLCMC/EBREW for their prior approval, a qualification test plan/procedure detailing how he intends to verify compliance with all performance, environmental, mechanical, and quality assurance requirements Identified by drawing 6Sm4. This drawing requires physical sub-assembly Testing IAW DS32050-116 Part II. Following any future contract award, the offeror will be required to submit a formal First Article (FA) of the assembly along with the Test Report to the design control authority AFLCMC/EBREW for their review and approval. The government retains the right to exercise the option to inspect the testing processes, including on-site witnessing of any or all documented testing. To allow accomplishing this, the offeror shall notify the government at least 30 days in advance of the occurrence of any testing that will be used as a basis for qualification. The offeror's facilities shall be made available for government inspection during these tests. A Quality Control Sampling plan, IAW DS32050-116 Part II, outlying production sample rate and size as well as to how� documents will be maintained and controlled. Potential bidders shall provide a sub-vendor qualification and quality assurance process to ensure conformance to requirements on work performed by subcontractors. After qualification of the manufacturing plan, processes, vendor sources, quality procedure, etc., the plan shall be incorporated into any resultant contract, and shall not be changed without the approval of AFLCMC/EBREW, obtained through the contracting office. The Air Force may not qualify potential bidders who have had quality problems when delivering similar or identical items to the government. Sources who meet any of the following Source Qualification Waiver Criteria (QWC) may apply for a waiver of all or part of the qualification requirements. If a waiver is granted and the offeror is awarded a contract, the offeror may still be required to provide a post-contract award first article exhibit to verify production capability: QWC 1: The potential source submits written certification that this item has previously been supplied to the government or original equipment manufacturer and shall provide the following: Contract Number Procuring Agency Contract Value Number of Assets Shipped Copies of DD Form 250, Material Inspection and Receiving Report, Purchase Order, or Invoice. QWC2: A source qualified to legally provide a similar or like Item can be qualified to provide the required Item, if the source can provide proof that he has the tooling available to produce a qualified casting and the source can prove that it has the ability to carry out the machining and specialized treatment process. However, for approval, the engineering authority must verify that there is no increase in complexity, criticality, or other requirements over that similar item. As a minimum, the source shall provide a complete set of drawings for the similar item and written proof, such as purchase orders, shipping documents, etc., to show that the similar item was provided to the original equipment manufacturer or DoD. Section D: Estimate of the Test and Evaluation Costs Costs for applicant are negligible. All costs related to pre-award qualification shall be paid by the applicant and would include cost to print/ship pre-award qualification documentation package. If deemed necessary, applicant may host (but not pay for) a Government representative during on-site audit. Travel to applicant site would be incurred by the Government. Barring travel deemed necessary in support of technical review, required review is expected to take 30 days from receipt of SAR package. Section E: Government Contact The Government Point of Contact for the technical requirements specified for qualification is Michael Sullivan, 478-327-2775, michael.sullivan.36@us.af.mil,AFLCMC/EBREW, Robins AFB, GA 31098-1670.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/3c4569431f13431a97df498390510a6e/view)
 
Place of Performance
Address: Warner Robins, GA 31098, USA
Zip Code: 31098
Country: USA
 
Record
SN05640298-F 20200501/200429230154 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.