Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 15, 2005 FBO #1236
SOLICITATION NOTICE

99 -- Hanger Band Assembly

Notice Date
4/13/2005
 
Notice Type
Solicitation Notice
 
NAICS
332710 — Machine Shops
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AAC - Air Armament Center, AAC/PK 205 West D Avenue, Suite 433, Eglin AFB, FL, 32542-6864
 
ZIP Code
32542-6864
 
Solicitation Number
Reference-Number-RISS-2005-HangerBands
 
Response Due
4/27/2005
 
Archive Date
6/1/2005
 
Point of Contact
Erik Urban, Contract Specialist, Phone (850)883-3434, Fax (850)882-3130, - Karen Turner, Contracting Officer, Phone (850)882-4685 x 316, Fax 850-882-9381,
 
E-Mail Address
erik.urban@eglin.af.mil, karen.turner@eglin.af.mil
 
Description
REQUEST FOR INFORMATION. Range Instrumentation Systems Squadron (RISS), Air Combat Support Systems Group (ACSSG), Air Armament Center (AAC), Eglin AFB FL, is seeking information from qualified sources interested in the acquisition described below, which will utilize funds from the DEMONSTRATION PROJECT FOR CONTRACTORS EMPLOYING PERSONS WITH DISABILITIES defined as follows. Eligible contractors are those that are operated on a for-profit or non-profit basis that--(A) employ severely disabled individuals at a rate that averages not less than 33 percent of the company’s total workforce over a period prescribed by the Secretary; (b) pays not less than the minimum wage prescribed pursuant to section 6 of the Fair Labor Standards Act of 1938 (29 U.S.C 206) to the employees who are severely disabled individuals; and (C) provides for its employees health insurance and a retirement plan comparable to those provided for employees by business entities of similar size in its industrial sector or geographic region. A severely disabled individual is an individual with a disability as defined in section 3 of the Americans with Disabilities Act of 1990 (42 U.S. C 12102)) who has a severe physical or mental impairment that seriously limits one or more functional capacities. If you believe your company can meet all of the requirements of the contract, and of the Demonstration Program, please e-mail the points of contact below with a notification of interest. Please include self-certification that your company meets the disabled employees standards set forth in the above paragraph. Only those companies that meet the requirements defined will be considered for award. Please do not respond to this request for information if your company does not meet the requirements. The Air Force (USAF) anticipates contracting with a company to build to print a new USAF designed hanger band assembly for Air Combat Maneuvering Instrumentation (ACMI) pods. The new hanger band assembly was designed and developed by the USAF for Department of Defense (DOD) use. The new design will replace the current design ACMI pod hanger band assembly system, which utilizes AIM-9 missile hanger band assemblies and hanger band parts. The current design, which is based on the AIM-9 missile, is now known to be composed of a number of life cycle parts which are expensive to maintain in both time and dollars. The new USAF designed hanger band assembly eliminated the current known issue with the current ACMI pod hanger band system and is designed for automated manufacture. The principle manufacturing processes employed in the manufacture of this design include CNC water jet cutting, CNC turning, CNC milling, and welding of non-ferrous metals. The successful contractor will supply all labor and materials to manufacture the new hanger band assembly in accordance with the technical data package with the possible exception of the two 5/16-24 UNJF bolts used in each assembly per DWG 639AS6699, which are DOD unique. The Government may elect to supply these bolts to the contractor as Government Furnished Equipment (GFE), due to the Government’s purchasing power of this DOD unique part. The contractor will propose on the manufacture of approximately 900 hanger band assemblies, including a first article which will be inspected and test fit on an ACMI pod under Government direction before the contractor will be approved for production. The contractor will also be required to propose for additional hanger band assemblies in lots of approximately 100, indicating any price breaks for varying quantities. This request for information (RFI) is for planning purposes only and does not constitute a Request for Proposal (RFP). This RFI is not to be construed as a commitment by the Government. There is no commitment by the Government to issue a solicitation, make an award, or be responsible for any monies expended by any interested parties for submission packages in response to this RFI. The final requirement, if any, would be defined under a formal Request for Proposal. If a solicitation is released it will be synopsized on the Federal Business Opportunities website located at www.fedbizopps.gov. It is the potential offeror's responsibility to monitor this site for the release of any follow-on information. Respondents to this Notice will not be notified of the results of the evaluation of information submitted. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (13-APR-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AFMC/AAC/Reference-Number-RISS-2005-HangerBands/listing.html)
 
Place of Performance
Address: Contractor's Facility
 
Record
SN00787385-F 20050415/050413213713 (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.