SOURCES SOUGHT
16 -- USAF Rapid Development Integration Facility (RDIF) Supplies, Services, and Deliverables Sources Sought
- Notice Date
- 3/25/2025 11:48:19 AM
- Notice Type
- Sources Sought
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- FA8629 AFLCMC WISK SOF/PR WRIGHT PATTERSON AFB OH 45433 USA
- ZIP Code
- 45433
- Solicitation Number
- FA8629-26-R-B003
- Response Due
- 4/25/2025 2:00:00 PM
- Archive Date
- 05/10/2025
- Point of Contact
- Christopher Simendinger, Anaiya Taylor
- E-Mail Address
-
christopher.simendinger@us.af.mil, anaiya.taylor@us.af.mil
(christopher.simendinger@us.af.mil, anaiya.taylor@us.af.mil)
- Description
- PLEASE NOTE: THIS SOURCES SOUGHT IS ISSUED AS MARKET RESEARCH IAW FAR 10.001(a)(2)(ii) SOLELY FOR INFORMATION AND LANNING PURPOSES. THIS IS NOT A REQUEST FOR PROPOSAL OR A PROMISE TO ISSUE AN RFP IN THE FUTURE. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. Description: The Air Force Life Cycle Management Cycle, Special Operations Forces and Personnel Recovery Division (AFLCMC/WIS) is requesting information to identify potential sources that may possess the technical data, expertise, capabilities, and experience to support the Air Force�s Rapid Development Integration Facility (RDIF) with necessary supplies, services, and deliverables as described below. Background: The RDIF is an organic development capability within AFLCMC that provides rapid adaptive engineering solutions for urgent warfighter needs. The RDIF is a government owned, government operated facility located at Wright-Patterson AFB, OH. The RDIF focuses on aircraft modification and prototyping which does not supplant current test centers or processes. This concept supports current reform initiatives and the current and future acquisition environment. The support requirements fluctuate as programs and funding are acquired. The primary place of contractor touch labor performance will be at the RDIF. Occasional aircraft modifications may be performed at other Air Force base locations both within Continental United States (CONUS) and Outside Continental United States (OCONUS). Requirements: A contractor will be required to provide information that they can demonstrate experience in the capabilities listed below to support ongoing RDIF projects. The anticipated scope will include providing services, recurring expendable supplies, and tooling. The examples provided under each requirement are not all inclusive. Touch labor Electricians Sheet metal workers CNC machinists Mechanics Welders Purchasing material support Raw materials Fabricated piece parts Mechanical and electrical components Electrical/mechanical/servo integrated subsystems Other hardware that supports the integration of subsystems to systems Special equipment Research and development and prototyping Quality assurance/In-process inspection/FAA certifications Engineering and technical support Non-recurring engineering design Reverse engineering Engineering support services Technical documents Technical Orders Engineering analysis CAD/CAM drawings Aircraft modification Aircraft cable manufacturing Developing training and training materials Graphics to support new designs Silk screen Decals Labels Photos Generation and interpretation of data and drawings Kit fabrication and build Program management Ability to perform manufacturing work at the RDIF Performing aircraft modifications at other locations CONUS OCONUS Ability to obtain Secret clearances If after reviewing this information your company desires to participate by responding to this notice, provide documentation that supports your company�s ability to support the RDIF. Failure to provide adequate documentation will inhibit the government�s assessment of your capabilities. If your company lacks sufficient capability, please provide details explaining how the company would overcome the shortfall in order to perform. Only 8(a) small businesses are encouraged to respond to this RFI. Joint ventures or teaming arrangement are permissible. Please provide the following business information for your company, institution, or any teaming or joint venture partners: company name; address; point of contact; CAGE code; telephone number; email address; web page URL; size of business pursuant to the North American Industrial Classification System (NAICS) code; based on the above NAICS code, state whether your company is a Small Business, Woman-Owned Small Business, Economically-Disadvantaged Woman-Owned Small Business, Small Disadvantaged Business, 8(a) Certified, HUBZone Certified, Veteran-Owned Small Business, Service-Disabled Veteran-Owned Small Business, and Central Contractor Registration. Also include a statement indicating whether the company is domestically or foreign owned. If foreign owned, please indicate the country of ownership. Finally, interested parties should submit information regarding possible subcontracting opportunities, type of supplies/services offered (i.e., commercial and/or non-commercial), and examples of contracts held for similar efforts, including contract number and contracting point of contact. All prospective contractors must be registered in the SAM database to be awarded a DoD contract. Direct and concise responses are required and should clearly demonstrate your ability to meet the stated requirements. Recent relevant experience in all areas should be provided. Teaming and/or subcontracting arrangements, including joint ventures, should be clearly delineated and previous experience in teaming must be provided. Marketing material is considered an insufficient response to this SSS. This Sources Sought is a market research tool being used to determine potential and eligible firms capable of providing the supplies and services described herein prior to the issuance of a Request for Proposal. Any future contract actions that the Government may intend to execute will be synopsized on the Government-wide Point of Entry (GPE) as applicable in accordance with FAR 5.201(b). Submission: The capability statement package shall be sent via email to anaiya.taylor@us.af.mil, brian.hight.2@us.af.mil, and christopher.simendinger@us.af.mil. Questions or comments regarding this notice may be addressed to christopher.simendinger@us.af.mil. All responses shall include Company name, Company Address, Company CAGE Code/UEID, and Point of Contact (POC) including name, phone number, and email address.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/f09b34c1a0624cfbb0fbf1f5fce8d22e/view)
- Place of Performance
- Address: Wright Patterson AFB, OH 45433, USA
- Zip Code: 45433
- Country: USA
- Zip Code: 45433
- Record
- SN07385605-F 20250327/250325230050 (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 |