Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 09, 2006 FBO #1564
SOURCES SOUGHT

16 -- Aging Landing Gear Life Extenstion Program

Notice Date
3/7/2006
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment 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
FA8626-05-C-2071
 
Response Due
3/21/2006
 
Archive Date
4/5/2006
 
Description
The Aeronautical Systems Center intends to solicit and award contracts to identify and propose improvements in landing gear components with the objective of extending the life of Aircraft Landing Gear systems. The Aging Landing Gear Life Extension (ALGLE) Program was established in 1998 by the USAF Landing Gear Engineering Branch (84 CSUG/GBCLE) to address MAJCOM concerns and meet their objectives of (1) ensuring mission safety, (2) improving operational capability/performance, improving Reliability and Maintainability, and (3) reducing the cost of sustainment. The program is focused on implementing safety, reliability/maintainability, and sustainment improvements for all Government-managed landing gear systems and related infrastructure (depot and field). This program provides integrated services, designs, prototypes, repairs, and processes. The ALGLE Program integrates the following major elements to accomplish safety and mission-capable objectives: Component redesign to support increased weight/performance requirements. Commercial technology insertion. Development of improved materials, coatings, and processes to minimize corrosion and wear (with emphasis on reducing environmental impact). Improved maintenance/repair/overhaul (MRO) strategies. Improved logistics/business/data strategies The goal is to significantly reduce complexity, improve reliability and maintainability, and reduce cost of landing gear components The Government anticipates awarding a Time and Material (T&M) contract for this effort, with a period of performance of 24 Months, with a range of $8-10M dollars. In order to avoid organizational and consultant conflicts of interest the contractor shall comply with Federal Acquisition Regulation (FAR) 9.505. At the commencement of performance the contractor shall have the capabilities to meet the following criteria: Functional Lead Engineers (3 each) - The contractor shall utilize functional leads to plan and supervise all projects/tasks within the functional areas as defined above. Each functional lead shall be seasoned engineers with experience working in the functional specific areas listed above. Project Lead Engineers - The contractor shall also utilize seasoned system engineers to act as project leads. Each project lead shall have past project lead experience on landing gear systems. Should this Sources Sought Synopsis result in a formal request for proposal, interested parties shall submit resumes of their candidates for the proposed positions, that identifies past experiences required by this solicitation. Many of the projects within this effort will be on-going or continuation projects, the Contractor must be able to pick up the program without disruption to any of these on-going Aging Landing Gear Life Extension (ALGLE) projects and directly proceed. The contractor shall have documented experience with complex development and integration programs involving landing gear systems. At the commencement of performance, the contractor?s organic staff shall possess expertise to support all activities in the following functional areas as they relate to aircraft landing gear, wheels, brakes, brake control (antiskid, hydraulics), and tires: Interested companies must submit a Statement of Capabilities not to exceed twenty-five pages addressing the following areas: 1. Landing Gear Structures ? Requirements definition, integration, concept, design, analysis, manufacture, qualification, airworthiness certification, implementation, and sustainment. 2. Rolling Stock ? Requirements definition, integration, design/qualification oversight, airworthiness certification, implementation, sustainment. 3. Materials/Processes ? Materials development/characterization, technology insertion, repair and overhaul concepts, process improvement, and manufacturing technology. 4. Business/Data ? Program management, configuration management, technical data revision, maintenance strategies, feasibility analysis, information systems, information repository (e.g. library of technical data/reports), identify training requirements and obtain or develop training programs, training manuals and other training documentation or training aids as required by the individual project/task, and development of roadmaps, business plans and strategies for maintaining landing gear system. 5. Logistics ? logistics planning/provisioning, procurement and maintenance of equipment, material, supplies, transportation, and facilities, and installation of component or system hardware and software. Special Note: This Sources Sought Synopsis is part of the Acquisition Market Research Analysis and will be used to determine the basis for any competitive aspects of the acquisition. Accordingly, each respondent is requested to clarify whether any teaming arrangements are contemplated (including Small and Small Disadvantaged Business participation). Based upon receipt of responses and analysis, a determination will be made to ascertain the Government position of sole source versus a competitive solicitation. THIS IS NOT A REQUEST FOR PROPOSAL SUBMISSION. This is a market research tool to determine the availability and adequacy of potential sources. Firms responding to this announcement should indicate their size, particularly if they are a small business, a socially and economically disadvantaged business, a woman-owned business, a HUB zone small business concern, a minority institution, and should also indicate if the firm is foreign-owned. The North American Industry Classification System (NAIC) code 336413, Aircraft Parts and Auxiliary Equipment applies to this acquisition with a size standard of 1,000 employees. In addition, interested sources must respond with a complete capability/qualification package describing their technical expertise and experience, personnel and facilities. The response should also identify key technical risks, issues, and any partnering arrangements that may be considered. All parties are asked to provide a telephone number, an e-mail address, and a facsimile number in their response. Information marked ?Proprietary? will be protected and will not be divulged unless mandated by existing laws. This information should be sent to ACSSW/AASS/PK, 2145 Monahan Way, Wright-Patterson AFB OH 45433-7017 not later than (15) fifteen days from the publication of this notice. In accordance with AFFARS Clause 5352.201-9101, the ASC ombudsman for this effort is Stephen J. Miller, ASC/AE, 1755 Eleventh St., B570, R113, Wright-Patterson AFB, OH 45433-7404 (Phone:937-255-5315; FAX 937-656-7193; e-mail, stephen.miller@wpafb.af.mil). The point of contact is Ms Pamela Bates, (937) 255-3385 ext. 3109. Email: Pamela.bates@wpafb.af.mil. Any non-technical and/or contractual questions should be referred to the above individual. Technical questions can be directed to Ryan Josephson, phone (801) 777-5711 email: ryan.josephson@hill.af.mil. Program Manager is Mr. Eli Green, (937) 255-7210 ext. 3904. Email: eli.green@wpafb.af.mil.
 
Place of Performance
Address: ACSSW/SF, BLDG 28, 2145 MONAHAN WAY, WPAFB OH
Zip Code: 45433-7017
Country: USA
 
Record
SN01001378-W 20060309/060307212039 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.