Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 21, 2023 SAM #7845
SOURCES SOUGHT

C -- C-130J Spares

Notice Date
5/19/2023 6:39:53 AM
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
FA8553 AFLCMC WLNKB ROBINS AFB GA 31098-1670 USA
 
ZIP Code
31098-1670
 
Solicitation Number
FA8553-23-R-0010
 
Response Due
6/5/2023 1:30:00 PM
 
Archive Date
06/21/2023
 
Point of Contact
Veronica Henderson
 
E-Mail Address
veronica.henderson.1@us.af.mil
(veronica.henderson.1@us.af.mil)
 
Description
� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �Request For Information (RFI) � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � 19 May 2023 � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �C-130J Foreign Military Sales (FMS) � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �C-130J Spares Electrical- Electronic Equipment Control Panel (1680-01-576-6449, 6110-01-433-5000, 6110-01-438-1846, 1680-01-488-4683, 6110-01-473-0410) �Electric Light Control (6220-01-438-7715) Automatic Smoke Alarm (6350-01-434-7603) �CCA Processor Module (5963-01-483-3282) Engine Lubricating Oil Cooler (2935-01-476-5611) �Multiple Aircraft Parame Display (6610-01-576-2522, 6610-01-576-2522) Hydraulic-Pneumat Servomechanism (1650-01-472-5564) �Glass Head-up Display Combiner (6650-01-448-8493) Ice Detector (6340-01-434-8904) �EXT Mass MA Unit (5998-01-483-3253) �Butterfly Valve (4810-01-544-7492) Aircraft Fairing (1560-01-488-4680) Aircraft Electrical Power Control Assembly (6110-01-475-6514) Flow Control Valve (4810-01-470-7884) Flight Director Computer (6610-01-571-6898) Nonmetallic Special Shaped Section Seal (5330-01-529-6734) CAUTION: This market survey is being conducted to identify potential sources that possess the expertise, capabilities, and experience to meet Lockheed Martin Corporation OEM specification requirements to procure C-130J spares: Electrical- Electronic Equipment Control Panel; Electric Light Control; Automatic Smoke Alarm; CCA Processor Module; Engine Lubricating Oil Cooler; Multiple Aircraft Parame Display; Hydraulic-Pneumat Servomechanism; Glass Head-up Display Combiner; Ice Detector, EXT Mass MA Unit; Butterfly Valve; Aircraft Fairing; Aircraft Electrical Power Control Assembly; Lubricating Oil Engine Cooler; Flow Control Valve; Flight Director Computer; Nonmetallic Special Shaped Section Seal. 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. In accordance with FAR 52.215-3: (a) The Government does not intend to award a contract on the basis of this market research or 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� may be used in this Request For Information, your response will be treated as information only. It shall not be used as proposal. (c) The RFI is issued for the purpose of market research. INSTRUCTIONS: 1. The document below contains a description of the C-130 spares requirement 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: Veronica Henderson, veronica.henderson.1@us.af.mil � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �REQUIREMENTS DESCRIPTION � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � C-130J Foreign Military Sales (FMS) � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � C-130J Spares PURPOSE/DESCRIPTION The Government is conducting market research to identify potential sources that possess the expertise, capabilities, and experience to meet Lockheed Martin Corporation OEM specification requirements to procure C-130J spares components listed below: DCN NSN NOMENCLATURE PN QTY DKSS4421810312 6110-01-472-3500 PANEL, CONTROL, ELECTRICL-ELECTRONIC EQUIPMENT 697919-5 1 � DKSS4430236601 6220-01-438-7715 CONTROL, ELECTRIC LIGHT 3350171-1 1 � DKSS4421870360 6350-01-434-7603 ALARM, SMOKE, AUTOMATIC 473076 1 � DKSS4421900307 6110-01-433-5000 PANEL, CONTROL, ELECTRICL-ELECTRONIC EQUIPMENT 697918-1 1 � DKSS4421900308 6110-01-438-1846 PANEL, CONTROL, ELECTRICL-ELECTRONIC EQUIPMENT 697923-3 1 � DKSS4422370182 5963-01-483-3282 MDL, PRCSR, CCA 780R191G02 1 � DKSS4422370186 2935-01-476-5611 COOLER, LUBRICATING OIL, ENGINE 697997-1 1 � DKSS4423570305 6610-01-576-2522 DISPLAY, MULTIPLE AIRCRAFT PARAME 440900-000 1 � DKSS4423570126 1650-01-472-5564 SERVOMECHANISM, HYDRAULIC-PNEUMAT 374461-11 1 � DKSS4423570304 6650-01-448-8493 COMBINER, GLASS HEAD-UP DISPLAY 1500-1580-002 1 � DKSS4430060144 6340-01-434-8904 ICE DETECTOR 0871HM3 1 � DKSS4430120150 5998-01-483-3253 EXT MASS MA UNIT 207560-101 1 � DKSS4430120151 4810-01-544-7492 VALVE, BUTTERFLY 816651-2 1 � DKSS4430200142 1560-01-488-4680 FAIRING, AIRCRAFT 3357761-1 1 � DKSS4430330178 6110-01-475-6514 POWER CONTROL ASSEMBLY, ELECTRICAL, AIRCRAFT 713895-1 1 � DKSS4430330176 1680-01-488-4683 PANEL, CONTROL, ELECTRICAL-ELECTRONIC EQUIPMENT 500000-901 1 � DKSS4430330175 6610-01-576-2522 DISPLAY, MULTIPLE AIRCRFT PARAMETERS 440900-000 1 � DKSS4430390186 6610-01-576-2522 DISPLAY, MULTIPLE AIRCRFT PARAMETERS 440900-000 1 � DKSS4430540265 5963-01-483-3282 MDL, PRCSR, CCA 780R191G02 1 � DKSS4430540266 2935-01-476-5611 COOLER, LUBRICATING OILENGINE D2591-10A 2 � DKSS4430580303 6110-01-473-0410 PANEL, CONTROL, ELECTRICL-ELECTRONIC EQUIPMENT 712995-3 1 � DKSS4430260147 6110-01-473-0410 PANEL, CONTROL, ELECTRICL-ELECTRONIC EQUIPMENT 712995-3 1 � DKSS4430370302 4810-01-470-7884 VALVE, FLOW CONTROL 396308-4-1 2 � DKSS4430820139 6610-01-571-6898 COMPUTER, FLIGHT DIRECTR 697960-9 1 � DKSS4430370178 6610-01-576-2522 DISPLAY, MULTIPLE AIRCRAFT PARAMETERS 440900-000 4 � DKSS4431020322 5330-01-529-6734 SEAL, NONMETALLIC SPECIAL SHAPED SECTION 3338907-1 30 The Government anticipates this to be a sole source acquisition to Lockheed Martin. CONTRACTOR CAPABILITY SURVEY 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: 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) 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). Response must be received no later than close of business June 05, 2023. Responses shall be limited to 3 pages and submitted via email to Veronica Henderson (veronica.henderson.1@us.af.mil). Part II. Capability Survey Questions A. General Capability Questions: 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 manufacturing/procuring the Part Number/NSNs listed above that make up the� � � � � � � � � � �spares needed for the C-130J. � � � �4. What quality assurance processes and test qualification practices does your company employ? Provide a description of your� � � � � � �quality program (ISO 9001, AS9100, etc.). B. 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. C. Manufacturing Questions Describe your capabilities and experience in manufacturing with regard to the requirements of this effort. Describe your capabilities and experience in developing/modifying manufacturing procedures. Include associated upgrade of technical orders and preparation of new technical orders. 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: Contract Number Procuring Agency Contract Value Number of assets shipped 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. Describe your capabilities and experience in test, evaluation, and repair processes/procedures with regard to manufacturing items. 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/work-in- process balance and manufacturing status to your customer. 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 � � � � 9. How will your organization address the absence of drawings, specifications, technical data, test procedures, etc. � � � 10. If the item cannot be manufactured in total, state what your organization can produce.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/022fcdec236248fe9834cff232c022ac/view)
 
Record
SN06689211-F 20230521/230519230114 (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.