Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 02, 2009 FBO #2869
SOURCES SOUGHT

15 -- Pacer Classic III - list

Notice Date
9/30/2009
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, Hill AFB OO-ALC, OO-ALC/PKXB, 6038 Aspen Ave (Bldg 1289), Hill AFB, Utah, 84056
 
ZIP Code
84056
 
Solicitation Number
FA8202-10-R-0001
 
Archive Date
10/29/2009
 
Point of Contact
Lisa Miller, Phone: 801-586-0066, Staci Draney, Phone: 801-586-9871
 
E-Mail Address
lisa.miller@hill.af.mil, staci.draney@hill.af.mil
(lisa.miller@hill.af.mil, staci.draney@hill.af.mil)
 
Small Business Set-Aside
N/A
 
Description
parts list Sources Sought Synopsis Pacer Classic III (PCIII) T-38C Structural Retrofit This announcement constitutes a Sources Sought Synopsis, no solicitation exists; therefore, do not request a copy of the solicitation. This is not a Request for Proposal (RFP) or an Invitation for Bid (IFB), nor is it to be construed as a commitment by the US Government to form a binding contract. Companies that respond will not be paid for the information submitted. The Air Force is hereby soliciting capability statements from interested sources for the Pacer Classic III T-38C Structural Retrofit Program. 1. PURPOSE: The purpose of this Sources Sought Synopsis is to gather comments and potential sources for the procurement of aircraft structural replacement components for 125 T-38C aircraft. 2. BACKGROUND: The T-38 aircraft has undergone a number of structural retrofit programs since its initial acquisition by the USAF. These include PCI, PCII and the current Propulsion Modernization Program (PMP). Each of these programs has either replaced or repaired major structural components within the T-38 fuselage. PCIII will also replace major structural components within the aircraft forward and center fuselages. PCIII will replace five major longerons, four bulkheads/formers, four internal skins and a number of structural floors. 3. SCOPE OF TASK: Manufacture and deliver, on a scheduled basis, all structural components required for PCIII (provided in Attachment 1). Ancillary support items will be required for an aircraft installation but are not listed in Attachment 1: i.e., fasteners, nuts, bolts, perishable tooling. A. Major structural components required will include: • Machined, forged and extruded longerons manufactured from both steel and aluminum materials • Forged and extruded structural bulkheads/formers manufactured from aluminum and titanium • Skins and floors manufactured from aluminum and titanium sheet • Exterior aircraft fuselage covers manufactured from sheet magnesium and laminated glass fabric honeycomb B. Technical requirements • All structural components (longerons, bulkheads/formers, skins, floors and assemblies) will be manufactured to existing USAF specifications • All PCIII structural components will receive a USAF First Article Inspection to include an aircraft installation fit check C. Industry/US Government partnering • An integrated Industry/US Government team will work together throughout this program providing a free flowing exchange of information D. Potential offerors need to have demonstrated experience and knowledge • with manufacturing and supplying major structural components for commercial and military platforms • Established record for large scale design, analysis, and production of commercial and/or military structural aircraft components • Knowledge of US Air Force Operational Safety and Suitability Effectiveness (OSS&E) requirements • Ability to configure, package, and ship structural modification kits E. Perceived Limitations: Data rights • Northrop Grumman (the OEM) is the licensor for approximately 40% of all structural components listed in Attachment 1 • Provide experience and a strategy for procuring components requiring OEM involvement due to licensed data 4. INFORMATION/FORMAT: Potential offerors are requested to provide information on current services meeting the needs of the Air Force in supporting the T-38 weapon system, or relevant history and evidence of past performance/capability. Potential offerors are requested to define their interest as vendor, prime contractor/kit integrator. The Air Force is expecting that the requirement to provide information on current or past services meeting the needs of the Air Force will demonstrate that the offeror's infrastructure and integration capability exists to provide all aspects of this task to include the following: • Company name and associated CAGE code • Point of contact name and number • Business status (8(a), Small, HUBZone, Woman-owned, etc.) • Production process development o Demonstrate the presence and applicability of internal processes and procedures for the production of major aircraft structural components o Provide examples of how these processes have lead to component part acceptance by commercial and/or military aircraft • Production planning o Demonstrate the level of production planning used to produce or qualify structural components • Fabrication o Demonstrate the ability to support fabrication of structural aircraft components o Provide examples of similar fabrication performed for other commercial and/or military platforms • Auditable production quality assurance processes o Demonstrate the existence and procedures used to ensure quality manufacturing capability o Outline the process used to address rejection tags • Engineering liaison support o Define the role of the liaison engineering and how dispositions are coordinated for action o Provide examples of how specific rejection tags for Non-Destructive Inspection (NDI) systems have been dispositioned • Ability to meet anticipated program schedule o Provide strategy and past experience in meeting an aggressive schedule  Anticipated contract award 4Q FY10  Validation/Verification 4Q FY11 - 3Q FY12  Low Rate Initial Production (LRIP) 4Q FY12 - 3Q FY14  Full Rate Production (FRP) 2Q FY14 - 2Q FY17 o Provide estimated lead times for all items with lead times longer than 9 months 5. REQUEST FOR INFORMATION REQUIREMENTS: Please submit two copies of your response to the Sources Sought Synopsis in an executive summary format not to exceed five (5) pages. If your response includes information you consider proprietary, please mark the information in accordance with regulatory guidance. Please do not include company brochures or other marketing information. Please see below for contact information. Capabilities statement should be submitted via e-mail to the following: lisa.miller@hill.af.mil and staci.draney@hill.af.mil no later than 4:00 pm Mountain Standard Time (MST) on Wednesday, 14 Oct 2009.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FA8202-10-R-0001/listing.html)
 
Record
SN01975973-W 20091002/091001001046-abfeab1ba096be90499b4b01d233a6bb (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.