Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 06, 2003 FBO #0709
SOURCES SOUGHT

A -- Spare Parts Fabrication and Technical Data Source Development

Notice Date
11/4/2003
 
Notice Type
Sources Sought
 
Contracting Office
US Army Aviation and Missile Command DAAH01, ATTN: AMSAM-AC, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
 
ZIP Code
35898-5280
 
Solicitation Number
W31P4Q-04-R-R001
 
Response Due
12/12/2003
 
Archive Date
2/10/2004
 
Point of Contact
Judy Lundy, 256-876-1430
 
E-Mail Address
Email your questions to US Army Aviation and Missile Command DAAH01
(judy.lundy@redstone.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA The US Armys Aviation and Missile Research Development and Engineering Center (AMRDEC) anticipates a requirement for the acquisition of Difficult to Obtain aviation, missile, and ground support equipment spare parts. The needed parts could be on any aviat ion or missile system (i.e. PATRIOT, AH-64 Apache, Multiple Launch Rocket System, etc.) but are more likely to be for legacy systems (i.e. Avenger, Kiowa, CH-47 Chinook, etc.). This requires the development of qualified fabrication sources for each part. Parts that are difficult for the government to obtain could be due to (but not limited to) no Technical Data Package (TDP), inadequate TDP, proprietary data in TDP, obsolescence, infrequent procurements, low quantities, logistics costs, foreign dependency, diminishing manufacturing sources, late or non delivery of contracted sources, and/or no bids. The AMRDEC is soliciting organizations that would be interested in providing products and/or services for: 1. Reverse Engineering / Build-To-Sample Documentation From a single or small sample of parts, develop and deliver technical information to the government to be used to manufacture a mirror-image part. This data would include but is not limited to dimensions, material specifications, reasonable tolerances, o ne or more manufacturing methods, and process controls. 2. Level III Technical Data Package (TDP) per MIL STD-100 Drawing Standard, or associated ANSI Y-14.1 through ANSI Y-14.32 GDT Specifications a. Update/Revise inadequate or partial TDPs to a full Level III Configuration b. Digital 3-Dimensional Model using an industry-standard File Format such as IGES, STEP, or PARASOLIDS c. Digital TDP using an industry standard file format such as DFX, PDF, DWG, or IGES d. Paper Copy of Level III TDP e. VHDL or other Software Models for Electronic TDPs, including all source code and compiled configuration model data. 3. Redesign and Rapid Prototyping of existing designs to newer-technology of smaller scale circuitry 4. ISO 9000 Certified Quality Management System for Manufacturing/Repair Process prove out 5. First Article Testing per MIL STD 810 Capability to Provide Temperature, Shock, Thermal Shock, Vibration, Altitude, Rapid Pressure, Loads, Acoustic, EMIC, Salt Spray, Humidity, and Fungus Environmental Testing 6. Cost-Effectively provide Limited Production quantities Additional: Contractor is to provide justifiable projections as to compliance with any Government provided reliability requirements. Contractor is to assure compliance with 18 month start-to-finish timetable requirement. Contractor is to assure compliance with Buy-American Act. Responders should note that this RFI may result in multiple statements-of-work, solicitations and awards. If the US government pursues this initiative by subsequently contracting with one or more contractors, it may provide as little as one part as GFE for the Reverse Engineering effort. The government may or may not provide some technical data. The US gover nment will not provide any data considered proprietary to any organization. Interested contractors will need to provide an indication of interest in either some or all of the areas identified above. On the areas of interest, a full description of capabilities and limitations is requested as well as company history in the same or similar efforts, particularly for military customers (i.e. Parts Manufacturing, Development of TDPs, Rapid Acquisition for Manufactured Parts, Reverse Engineering, Modernization Through Spares, Continuous Technology Refreshment, etc.). This information ma y be provided in any format the responder chooses. Categorization may be helpful (i.e. interested in all six areas to include subparts, or interested in all six areas but only for engine parts, or interested in all six areas but only for electronic parts or interested only in production when level III TDP is provided, or intere sted only in the formulation of the TDPs, or interested only in aviation parts, or interested in Avenger system, etc.) On electronic deliveries, please specify software and/or medium(s) capabilities / file formats to be used (i.e. Pro E, Auto CAD, etc.). Please indicate areas in which you are not interested. Any area that a responder is silent on will be considered as non-interest in that area. Please indicate current or past experience you have had with the government on the same or similar work. Interested firms must respond in writing to the identified point of contact by 12 December 2003. Please indicate your business status (Large, small, small disadvantage, woman owned, domestic, foreign owned, etc.). A set of Sample Piece Parts and/or a partial TDP may be provided to interested Firms. Interested Firms will be assessed on a number of criteria, including Past Experience, Technical Qualifications, Existing In-House Facilities/Equipment, and Cost. This synopsis is for information and planning purposes only and not to be construed as a commitment by the government, nor will the government pay for the information solicited. Responses should be submitted to Judy Lundy, AMSAM-AC-OS-RAX, Redstone Arsenal, AL 35898-5000. Phone (256) 876-1430, Fax, (256) 876-1631. e-mail judy.lundy@redstone.army.mil.
 
Place of Performance
Address: US Army Aviation and Missile Command DAAH01 ATTN: AMSAM-AC, Building 5400, Martin Road Redstone Arsenal AL
Zip Code: 35898-5280
Country: US
 
Record
SN00464450-W 20031106/031104212944 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.