SOURCES SOUGHT
28 -- Repair-F-16 Accessory Drive Gearbox (ADG) & Jet Fuel Starter (JFS)
- Notice Date
- 4/17/2025 9:25:49 AM
- Notice Type
- Sources Sought
- NAICS
- 488190
— Other Support Activities for Air Transportation
- Contracting Office
- FA8206 AFSC PZACA (ICBM/SECONDARY HILL AFB UT 84056-5825 USA
- ZIP Code
- 84056-5825
- Solicitation Number
- F16_ADG_JFS_REPAIR
- Response Due
- 4/20/2025 3:00:00 PM
- Archive Date
- 05/05/2025
- Point of Contact
- Anna Bournakis@us.af.mil, Phone: 801-586-3395, Leslie Trice, Phone: 801-777-1458
- E-Mail Address
-
anna.bournakis@us.af.mil, leslie.trice@us.af.mil
(anna.bournakis@us.af.mil, leslie.trice@us.af.mil)
- Description
- ADG/JFS Sources Sought March 2025 This is a Sources Sought/Request for Information only for a potential requirement to return the F-16 C/D Accessory Drive Gearbox and F-16 Jet Fuel Starter (JFS) to a serviceable �A� condition. This repair consists of overhaul including complete or substantial tear-down into component parts. The repair processes used by the contractor shall bring service life back to the reconditioned items that would resemble the originally manufactured item. The Shop Replaceable Units (SRU(s)) will be restored to a nearly new condition (but not necessarily cosmetically new) in a facility owned and/or operated by the contractor. The government possibly could provide some data rights for test stand. Let us know if you can purchase test stand, need data rights for test stands, cost of test stand, and how long it would take you to procure or build test stand. Cost of test stand may be removed from consideration to promote competition. Please see detail below and attached PWS for additional information. A test stand will be necessary for requirement. All interested parties must respond on or before 20 April 2025 at 4pm MST. For questions or additional information, please contact Anna Bournakis at anna.bournakis@us.af.mil or Leslie Trice at leslie.trice@us.af.mil. SYNOPSIS: 1. Notice: This is not a solicitation but rather a Sources Sought Synopsis to determine potential sources for information and planning purposes only. The purpose of this Sources Sought Synopsis is to conduct market research to determine if responsible sources exist, to assist in determining if this effort can be competitive and/or a total Small Business Set-Aside. The proposed North American Industry Classification System (NAICS) Code is 488190 which has a corresponding Size Standard of $40M. The Government will use this information to determine the best acquisition strategy for this procurement. The Government is interested in any business, including all small businesses to include 8(a), Service-Disabled Veteran- Owned, HUBZone, and Women-Owned Small Business concerns. The Government requests that interested parties respond to this notice if applicable and identify your small business status to the identified NAICS code. Additionally, please provide any anticipated teaming arrangements, along with a description of similar services offered to the Government and to commercial customers for the past three years. Please provide a brief description of how the limitations listed in section 3.b below will be overcome in order to meet the Government�s requirement listed in section 3.a below. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. Program Details: I.) F-16 Accessory Drive Gearbox a. REQUIREMENT (1) The F-16 Accessory Drive Gearbox (ADG) The ADG is the mechanical link between the aircraft engine JFS and the aircraft accessories. The ADG consists basically of a lubrication system, a spur gear train, an acceleration clutch, and a torque converter. (2) The F-16 ADG repair services required include debugging and remanufacturing/repairing the F-16 ADG hardware; and sustaining configuration and managing obsolescence for the system. The contractor must develop, implement, and manage a sustainment program that supports F-16 ADG program requirements under secure conditions, while providing accurate program data to identify equipment and process anomalies needing improvement. Contractor facilities will have to be certified. (3) The Government estimates that there will be approximately 50-305 F-16 Accessory Drive Gearbox repairs per year. NSN:2835-01-208-0169, Part# 5007076B. b. LIMITATIONS. The Government does not have drawings below the product specification from the Original Equipment Manufacturer (OEM). The Government has no other engineering data or data rights related to this synopsis. No data other than the portions of the Technical Order (TO) can be provided to interested vendors. In addition, the Government does not have sufficient data/rights to be able to independently evaluate and qualify potential repair sources to maintain the F-16 ADG Operational Safety, Suitability, and Effectiveness (OSS&E). The Government needs to verify that compliance with TO and all repair, testing, and overhaul capabilities exist. If OEM authorization is not received, the company seeking Government source approval will need to clearly identify how the company will overcome the lack of Government data/rights and overhaul, repair, and test the F-16 ADG to potentially allow Government qualification independent of the OEM authorization/certification. c. REQUEST FOR INFORMATION. Interested parties are requested to submit the following information to assist the Government in developing the acquisition strategy. Please submit this information to the contracting officer via email as soon as possible but not later than 20 April 2025: (1) Basic Company Information: Company Representative Address Telephone Email Address DUNS Number CAGE Code and/or Tax ID Number Socioeconomic Status (Large, Small, Small Disadvantaged, etc.) II.) F-16 Jet Fuel Starter a. REQUIREMENT (1) The F-16 Jet Fuel Starter (JFS) The JFS is a gas turbine using a single centrifugal compressor and a single-stage radial inflow turbine. The JFS provides the starting power for the aircraft, and power to motor the aircraft engine and accessories for ground maintenance of aircraft systems. (2) The F-16 JFS repair services required include debugging and remanufacturing/repairing the F-16 JFS hardware; and sustaining configuration and managing obsolescence for the system. The contractor must develop, implement, and manage a sustainment program that supports F-16 JFS program requirements under secure conditions, while providing accurate program data to identify equipment and process anomalies needing improvement. Contractor facilities will have to be certified. (3) The Government estimates that there will be approximately 50-395 F-16 Jet Fuel Starter repairs per year. NSN: 2835016892101, Part#4550164, or NSN:2835-01-308-3769, Part#160001-1100A. b. LIMITATIONS. The Government does not have drawings below the product specification from the Original Equipment Manufacturer (OEM). The Government has no other engineering data or data rights related to this synopsis. No data other than the portions of the Technical Order (TO) can be provided to interested vendors. In addition, the Government does not have sufficient data/rights to be able to independently evaluate and qualify potential repair sources to maintain the F-16 JFS Operational Safety, Suitability, and Effectiveness (OSS&E). The Government needs to verify that compliance with TO and all repair, testing, and overhaul capabilities exist. If OEM authorization is not received, the company seeking Government source approval will need to clearly identify how the company will overcome the lack of Government data/rights and overhaul, repair, and test the F-16 JFS to potentially allow Government qualification independent of the OEM authorization/certification. REQUEST FOR INFORMATION. Interested parties are requested to submit the following information to assist the Government in developing the acquisition strategy. Please submit this information to the contracting officer via email as soon as possible but not later than 20 April 2025: Basic Company Information: Company Representative Address Telephone Email Address DUNS Number CAGE Code and/or Tax ID Number Socioeconomic Status (Large, Small, Small Disadvantaged, etc.) White Paper. Please provide a brief White Paper describing the company capabilities for the following (to utilize the services of sub-tier vendors or subcontractors, please include similar information for those vendors or subcontractors too): Show knowledge and experience of interpreting, executing, and meeting all instructions and requirements found in USAF technical manuals (including related publications). Show knowledge and experience of repairing and overhauling aircraft parts in a production environment (including, but not limited to disassembly, non-destructive inspection, assembly of critical aircraft parts with critical dimensions using precision instrumentation, cleaning, and manufacturing capability on various materials (e.g. Steel, Aluminum, Magnesium, etc.), balance and testing of rotating components). Show knowledge and experience of repairing and overhauling aircraft fuel control units. Show repair and testing capabilities exist to provide the completed part in a production environment. Show capability to perform specialized hydraulic start motor testing of the F-16 HSM unit (to include, but not limited to calibration, performance, and measurement testing, etc.) and troubleshooting. Have engineering expertise to procure or develop specialized test equipment identical or equivalent to USAF test equipment that meet all USAF test parameters and calibration requirements. Have in possession, or capable of acquiring proprietary data for repair and overhaul requirements. Have previous experience with military airworthiness requirements. Show knowledge and experience for logistical capabilities to procure aircraft parts (from DLA, aircraft part OEMs, etc.) and to properly transport aircraft parts within manufacturing facilities and to and from Government. Show program management capabilities. Show capability to provide and maintain quality inspection and enforcement plans. Disclaimer. This Sources Sought does not constitute a commitment, implied or otherwise, that a procurement will be accomplished and responding to this request in no way guarantees a contract will be awarded to the respondent. The information provided is to the best of the Government's knowledge of plans, desires, and general situation as it exists at the time of the Sources Sought Synopsis. This requirement is in the planning phase and, therefore, all information is subject to change.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/90bfc39d6da14e5dacfa9904b9bdf541/view)
- Place of Performance
- Address: UT 84056, USA
- Zip Code: 84056
- Country: USA
- Zip Code: 84056
- Record
- SN07413577-F 20250419/250417230051 (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 |