Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 26, 2023 SAM #7850
SOURCES SOUGHT

R -- B-1 Forward Intermediate Fuselage (FIF) Repair.

Notice Date
5/24/2023 9:56:00 AM
 
Notice Type
Sources Sought
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
FA8138 AFLCMC WBK TINKER AFB OK 73145-3303 USA
 
ZIP Code
73145-3303
 
Solicitation Number
FA813823R0002
 
Response Due
6/30/2023 10:00:00 AM
 
Point of Contact
Christopher Powers, Kimberly Simms
 
E-Mail Address
christopher.powers.15@us.af.mil, kimberly.simms.1@us.af.mil
(christopher.powers.15@us.af.mil, kimberly.simms.1@us.af.mil)
 
Description
The Government is conducting market research to identify potential sources that possess the repair, manufacturing, engineering, and maintenance expertise, capabilities, and experience to conduct a large aircraft repair on the B-1 bomber.� The level of security clearance has not been determined. Personnel working the project should be US citizens. 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. The government expects the contractor to conduct this repair independently, requiring no additional AF resources (manpower, support equipment, material).� If the contractor cannot complete this work independent of government support, please specify what you will require from the government and if you have a plan to mitigate or transition to fully independent.� The Air Force has conducted two previous prototypes of this same repair.� The first repair was conducted on a static test article that had no systems (flight controls, fuels, avionics) installed.� The second prototype was conducted on a fleet aircraft at a contractor�s facility.� This RFI is looking for a contractor who can support conducting this same repair on 17 additional fleet aircraft.� Parts are currently being procured through Defense Logistics Agency.� The contractor will have to inspect all parts and ensure they conform to drawings.� Further, the contractor should be able to manufacture new components. 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 participation in this survey. Additional information to support contractors� responses to this RFI are attached:� FIF SOW Draft, NA Document 1112B, and an Areas of Responsibilities matrix.� The contractor should use the attached documents to answer the questions attached to this Sources Sought.� IAW FAR 52.215-3, 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�Request for Information�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.� � 1.� The document(s) below contain a description of the B-1 Forward Intermediate Fuselage (FIF) repair 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 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. Please provide information if you plan to team with other companies. 4.� Submit responses or inquiries to: � � � � � � � � � � � � � �Kimberly A. Simms� � � � � � � � � � � � � � � � � � � � � �Christopher Powers � � � � � � � � � � � � � �Contracting Officer������������������������������������������ B-1 Structures PM � � � � � � � � � � � � � � AFLCMC/WBK� � � � � � � � � � � � � � � � � � � � � � � � AFLCMC/WBNP ����������������������� Tinker AFB, OK 73145��������������������������������������� Tinker AFB, OK 73145 ����������������������� kimberly.simms.1@us.af.mil� � � � � � � � � � � � � � � �christopher.powers.15@us.af.mil Submission date:� 36 calendar days from dated posted Questions related to this market survey should be addressed to the organization identified on line 4. BIDDER�S LIBRARY: Certain documents and information within the documents have been marked as CUI or Export�Controlled data. Access to CUI and/or Export Controlled Data requires an approved registration through the Defense�Technical Information Center (DTIC) and the approved DD Form 2345, MILITARILY CRITICAL TECHNICAL DATA AGREEMENT. A completed, current, and valid DD Form 2345 shall be required for access. Here is the website to the Joint Certification Program Search: https://www.dla.mil/Logistics-Operations/Services/JCP/
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9ed248d637b1459ba236fe0af4b58752/view)
 
Place of Performance
Address: Tinker AFB, OK 73145, USA
Zip Code: 73145
Country: USA
 
Record
SN06693678-F 20230526/230524230120 (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.