Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 17, 2005 FBO #1482
MODIFICATION

15 -- Interim Capability Aircraft

Notice Date
12/15/2005
 
Notice Type
Modification
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 2275 D Street, Wright-Patterson AFB, OH, 45433-7218
 
ZIP Code
45433-7218
 
Solicitation Number
F33657-06-R-0001
 
Response Due
12/21/2005
 
Archive Date
1/5/2006
 
Description
Interim Capability Aircraft This sources sought synopsis is being conducted to identify potential sources that may possess the expertise, capabilities, and experience to meet the requirements for production of seven (7) MC-130H Combat Talon II Interim Capability (IC) aircraft. The level of security clearance and amount of foreign participation in this requirement has not been determined. 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 their participation in this sources sought synopsis. INSTRUCTIONS: 1. Below is a description of the Interim Capability requirement and a Contractor Capability Survey, which allows you to provide your company?s capability. 2. If, after reviewing this information, you desire to participate in the sources sought 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 in order to perform that portion of the requirement (i.e., teaming, subcontracting, etc.) 3. Both large and small businesses are encouraged to participate in this sources sought research. Joint ventures or teaming arrangements are encouraged. 4. Questions relative to this sources sought synopsis should be submitted to Mr. Philip Bourgoine and Lt Victor Lewis at philip.bourgoine@wpafb.af.mil and victor.lewis@wpafb.af.mil. Phone contact information for these persons is (937) 255-1791, (937) 255-1813, respectively. REQUIREMENTS DESCRIPTION Interim Capability aircraft PURPOSE/DESCRIPTION The purpose of this sources sought research is to analyze industry capabilities to convert seven existing C-130H2 aircraft into an Interim Configuration (IC) of an MC-130H Combat Talon II as defined in the attached file below. The IC capability will be similar to that of the MC-130P. In general terms, the program?s intent is the installation of one integrated Time Compliance Technical Order (TCTO) which incorporates approximately twenty-five (25) smaller TCTOs. The Government estimates this IC conversion to be an approximately 40,000 hour installation labor effort which doesn?t include Group A manufacturing labor. The intent is to be a build to print acquisition and a data/work package will be provided for installation. A subcontractor for engineering support services may be directed. Equipment/systems/support equipment needed may be provided GFE. The government will be pursuing a firm, fixed price contract for this effort. Further clarification of the individual TCTOs and other modifications that comprise the data package will be put out on PIXIS very shortly. Please check for updates and amendments. ----------NEW INFORMATION (12/15/05): Due to the Pre-award Information Exchange System (PIXS) being down, we are making the additional TCTO and modification data available through email. Please send your request to both Mr. Philip Bourgoine and Lt Victor Lewis at Philip.bourgoine@wpafb.af.mil and victor.lewis@wpafb.af.mil.---------- CONTRACTOR CAPABILITY SURVEY Interim Capability Aircraft Part I. Business Information Please provide the following business information for your company/institution and for any teaming or joint venture partners: Company/Institute Name: Address: Point of Contact: CAGE Code: Phone Number: E-mail Address: Web Page URL: Size of business pursuant to North American Industry Classification System (NAICS) Code: Based on the above NAICS Code, state whether your company is: Small Business (Yes / No) Woman Owned Small Business (Yes / No) Small Disadvantaged Business (Yes / No) 8(a) Certified (Yes / No) HUBZone Certified (Yes / No) Veteran Owned Small Business (Yes / No) Service Disabled Small Business (Yes / No) Central Contractor Registration (CCR). (Yes / No) A statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership). General capabilities and concepts should be submitted on CD-R in an electronic format that is compatible with Microsoft Windows and Office 2003. This CD should be provided to Mr. Philip Bourgoine and Lt Victor Lewis - MC130SS/PM at the address below not later than 21 December 2005. The CD and cover label should be marked "Proprietary/Competition Sensitive Information." Also, two paper copies of the response should be submitted unbound in three-ring binders and must be clearly labeled "Proprietary/Competition Sensitive Information" on the cover sheets and in close proximity to this type of information on each applicable page. Proprietary/competition sensitive information will be protected from disclosure. The paper copies and the electronic versions must be identical in all respects. Page size shall be 8.5 x 11 inches, not including foldouts. Pages shall be single-spaced. The font size shall be no less than 12 point. Use at least 1-inch margins. For page counting purposes, double-sided pages shall be treated as two pages. Contractor paper copy submittals shall not exceed 15 pages in length. No classified information should be included in contractor submittals. MC130SS Attn: Mr. Philip Bourgoine and Lt Victor Lewis 1895 5th Street, Bldg 46 Wright-Patterson AFB, OH 45433-7200 Questions relative to this sources sought research should be addressed to Mr. Philip Bourgoine and Lt Victor Lewis and sent by E-mail to philip.bourgoine@wpafb.af.mil and victor.lewis@wpafb.af.mil. Part II. Capability Survey Questions General Capability Questions: Describe briefly the capabilities of your facilities and the nature of the goods and/or services you provide. Include a description of your staff composition and management structure. Describe your company's past experience on previous projects similar in content and complexity to this requirement. Include contract numbers, a brief description of the work performed, period of performance, agency/organization supported, and individual point of contact (Contracting Officer or Program Manager). Describe your company's capabilities for generating, handling, processing and storing classified material and data. Describe your company's capabilities and experience in generating technical data, engineering drawings and manuals. Identify what software programs are utilized to generate these data products and what formats are available for delivered items. What quality assurance processes and test qualification practices does your company employ? Please provide a description of your quality program (ISO 9000, QS-9000, EIA-599, or otherwise)? IC Specific Capability Questions Describe briefly your past C-130 work experience. Does your company have C-130 support equipment available? What is the earliest production start date achievable upon contract award? What is your company?s maximum production capacity? Capability and availability of facilities? Provide information on any facility reserves you may possess to increase production capacity. What would be a rough order of magnitude (ROM) of cost for this effort given the hours estimated and the government providing the aircraft and systems GFE?
 
Place of Performance
Address: MC130SS, Attn: Mr. Philip Bourgoine and Lt. Victor Lewis, 1895 5th Street, Bldg. 46, Wright-Patterson AFB, OH
Zip Code: 45433-7200
Country: USA
 
Record
SN00952873-W 20051217/051215212312 (fbodaily.com)
 
Source
FedBizOpps 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.