Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 21, 2020 SAM #6840
SOURCES SOUGHT

H -- HH-60G Enhanced Fuel Quantity Indicator Repair

Notice Date
8/19/2020 12:02:32 PM
 
Notice Type
Sources Sought
 
Contracting Office
FA8524 AFSC PZAAA ROBINS AFB GA 31098-1670 USA
 
ZIP Code
31098-1670
 
Solicitation Number
FA8524-21-Q-0117
 
Response Due
9/18/2020 2:30:00 PM
 
Archive Date
09/18/2020
 
Point of Contact
Chequitha R Davis, PCO
 
E-Mail Address
chequitha.davis@us.af.mil
(chequitha.davis@us.af.mil)
 
Description
PURPOSE/DESCRIPTION Request For Information: The Government is conducting market research to identify potential sources that possess the expertise, capabilities, and experience to meet qualification requirements to repair the HH-60G�Enhanced Fuel Quantity Indicator (EFQI), NSN6680-01-621-1714,�Part Number 200820701, installed on the HH-60G helicopter.��The level of security clearance and amount of foreign participation in this requirement has not been determined.� This requirement is for repair services. Our repair services strategy is a five-year contract (basic plus four 4 Option Years) and will continue through FY26.� The projected quantities will be Best Estimated Quantities (BEQ) with a total of 7 each EFQIs in the basic year of the contract, 10 each during Option year�one and two, 8 in Option year�three, and 7 in Option year�four with the�total an estimated quantity for�the five anticipated years to be repairs for�42 each. The EFQI is a component of the HH-60G Fuel Flow Indicator System and is a digital display which informs the crew of fuel levels in each fuel tank of the aircraft. This EFQI, NSN 6680-01-621-1714, is used exclusively on the HH-60G SOF/CSAR aircraft. The Government possesses drawings the Technical Data Package (TDP) for the EFQI. The data is Government owned and is Distribution C.� This data will be provided as part of this RFI in a Repair Data Listing (RDL) upon request. The EFQI has a Repair Method Code (RMC) of �R2�; Repair, for the first time, competitively. The Repair Method Suffix Code (RMSC) is �G�; this part has been screened and determined to be suitable for Full and Open Competition. Performance Requirements 1. The repaired assets must not diminish the performance of the HH-60G. 2. The repaired assets must successfully pass a Government approved acceptance test procedure (ATP). The HH-60 Program Office (AFLCMC/WIU, SOF/PR and Rotary Program Office) cognizant Government Engineer must approve any deviation. 3. The Contractor must have access to the engineering drawings, repair tools, test equipment necessary to perform the repairs, testing, and troubleshooting of the asset. 4. The Contractor must be ISO 9001 and/or ASQ 9100 certified. 5. The Contractor shall be expected to demonstrate that he/she has access to adequate repair capability to repair the EFQI sub-assemblies, the work planned for in-house accomplishments, and the work if any, to be outsourced. The Government has determined that the repair services of the EFQI can be commercially acquired and therefore, meets the definitions of FAR Part 12 in terms of commerciality. 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. 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. 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. This solicitation is issued for the purpose of identifying any additional potential repair sources capable of repairing this asset. INSTRUCTIONS: The document below contains a description of the Enhanced Fuel Quantity Indicator (EFQI) requirement and a Contractor Capability Survey. The Survey allows Contractors to provide their 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.) 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 research should be addressed to the Logistics Manager, Mr. Chris Boarman, at e-mail chris.boarman.1@us.af.mil CONTRACTOR CAPABILITY SURVEY NOUN����������������������������������������������� NSN��������������������������������������������������� Part Number Enhanced Fuel Quantity Indicator���� 6680-01-621-1714����������������������������� 200820701 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:� NAICS Code: 332912 ������ 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). RFIs will be posted for 30 days for efforts greater than $3.0M, 45 days for foreign place of performance, otherwise, 15 days. Written responses, no facsimiles or e-mails please, must be received no later than close of business _______________. Please mail two (2) copies of your response to: AFLCMC/AFSC/PZAAA Attn: Procurement Contracting Officer (PCO) Bldg 301 235 Bryon St., STE 19A Robins AFB GA 31098-1600 Questions relative to this market research should be addressed to the PCO, Chequitha Davis, (478)-222-3756 or at e-mail: �chequitha.davis@us.af.mil Part II. Capability Survey Questions 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 repairing the Enhanced Fuel Quantity Indicator 4.� 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. 5.� What is your company�s current maximum repair capacity per month?� Provide information on any facility reserves you may possess to increase repair capacity in the event of an immediate need do to critical operational mission requirements. 6.� 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). Repair Questions: Describe your capabilities and experience in modifying existing systems/equipment (hardware and software) to solve maintenance and support problems in the depot environment. Describe your capabilities and experience in developing/modifying repair or maintenance procedures.� Include associated upgrade of technical orders and preparation of new technical orders. Demonstrate your ability and experience in repair and overhaul of the same or similar components, which are currently in use on commercial or military helicopters 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 depot level repair and functional check of these or similar assets for Government Engineer review. 5.� Describe your capabilities and experience in test, evaluation, repair or maintenance procedures. 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 form, fit, and or function issues that may arise out of this effort 8.� Describe your process for maintaining inventory records and reporting on hand/work-in-process balances and repair status to your customer. 9.� Include a detailed listing of facilities and equipment, including quantities, required to satisfy the requirements of this effort. � � � 1.� 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 any drawings, specifications, technical data, test procedures, etc. 11.� If the item cannot be repaired in total, state what your organization can repair. 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. Commerciality Questions: 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. � *� Please provide the RFI number (FA8524-21-Q-0117) in the subject line of your email.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/17796966fdd84e388f07c1724abd68c9/view)
 
Record
SN05766082-F 20200821/200819230207 (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.