Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 04, 2012 FBO #3784
SOURCES SOUGHT

A -- Rapid Development Integration Facility (RDIF) - Sources Sought Notice Text

Notice Date
4/2/2012
 
Notice Type
Sources Sought
 
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, Ohio, 45433-7218
 
ZIP Code
45433-7218
 
Solicitation Number
FA8629-12-R-2434
 
Archive Date
5/15/2012
 
Point of Contact
Kristy L. Roberts, Phone: 9372556415
 
E-Mail Address
kristy.roberts@wpafb.af.mil
(kristy.roberts@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Full text of the sources sought notice in.pdf. SOURCES SOUGHT NOTICE The Aeronautical Systems Center, Special Operations Forces and Personnel Recovery Division (ASC/WIS) is issuing this Sources Sought Notice to identify potential sources that may possess the technical data, expertise, capabilities, and experience to support the Air Force's Rapid Development Integration Facility (RDIF) with necessary supplies, services, and equipment as described below. The anticipated scope will include providing services, recurring expendable supplies, and tooling. BACKGROUND: The RDIF was initiated as an organic development capability within ASC to provide rapid adaptive engineering solutions for urgent warfighter needs. The RDIF focuses on aircraft development and prototyping which does not supplant current test centers or processes. This concept supports current reform initiatives and the current and future acquisition environment. The RDIF will initially leverage existing WPAFB infrastructure, then develop the capability over time. The support requirements fluctuate as programs and funding are acquired. REQUIREMENTS: A contractor will be required to provide the capabilities listed below as requested to support ongoing RDIF projects. The examples provided under each requirement are not all inclusive. 1. Touch labor a. Electricians b. Sheet metal workers c. CNC machinists d. Mechanics e. Airframe/power plant (AP) certified technicians 2. Short term specialties a. Trade studies b. Design of experiments c. Intellectual delivery 3. Manufacturing capabilities a. CAD/CAM drawing b. Stress evaluation c. CNC and manual mills, lathes, and grinding associated with precision machining d. Welding, painting, and plating e. Sheet metal components and assembly f. Maintenance and overhaul of aircraft components g. Mechanical assembly h. Hydraulic testing and repair 4. Electrical manufacturing a. Electro-mechanical device repair and overhaul b. Circuit board layout repair and assembly c. Cables and wiring harnesses 5. Purchasing material support a. Raw materials b. Fabricated piece parts c. Mechanical and electrical components d. Electrical/mechanical/servo integrated subsystems e. Other hardware that supports the integration of subsystems to systems f. Special equipment 6. Research and development and prototyping (to include reverse engineering) 7. Test support a. Test plan writing b. Test execution c. Data reduction and analysis d. Test report writing 8. Quality assurance/In-process inspection/FAA certification 9. Engineering and technical support a. Non-recurring engineering design b. Reverse engineering c. Engineering support services d. Technical documents e. Technical Orders f. Engineering analysis 10. Aircraft modification 11. Aircraft ground operations and maintenance 12. Developing training and training materials 13. Graphics to support new designs a. Silk screen b. Decals c. Labels d. Photos 14. Generation and interpretation of data and drawings 15. Kit fabrication and build 16. Program management 17. Performing work at locations other than the RDIF a. Contractor facility b. Out of state c. Out of country This is a sources sought notice. It is not a solicitation for offers. This notice is issued for market research purposes and does not constitute a Request for Proposal (RFP) or commitment to issue an RFP; however, the Government reserves the right to issue a solicitation based upon its needs and the result of this sources sought notice. The Government will not reimburse participants for any expenses associated with the information provided in response to this sources sought notice. Acknowledgement of receipt will not be made. Submittals will not be returned to the sender. The level of security clearance and amount of foreign participation in this requirement has not been determined. INSTRUCTIONS: This should help in developing a description of your company's capabilities and potential approach to meeting this requirement. If after reviewing this information your company desires to participate by responding to this notice, provide documentation that supports your company's ability to support the RDIF. Failure to provide adequate documentation will inhibit the government's assessment of your capabilities. If your company lacks sufficient capability, please provide details explaining how the company would overcome the shortfall in order to perform. Both large and small businesses are encouraged to respond to this sources sought notice. Joint ventures or teaming arrangement are permissible. Please provide the following business information for your company, institution, or any teaming or joint venture partners: company name; address; point of contact; CAGE code; telephone number; email address; web page URL; size of business pursuant to the North American Industrial Classification System (NAICS) code; based on the above NAICS coded, state whether your company is a Small Business, Woman-Owned Small Business, Small Disadvantaged Business, 8(a) Certified, HUBZone Certified, Veteran-Owned Small Business, Service Disabled Small Business, and Central Contractor Registration. Also include a statement indicating whether the company is domestically or foreign owned. If foreign owned, please indicate the country of ownership. Finally, interested parties should submit information regarding possible subcontracting opportunities, preferred contract type, type of supplies/services offered (i.e., commercial and/or non-commercial), and examples of contracts held for similar efforts, including contract number and contracting point of contact. General capabilities and concepts should be submitted on CD-R in an electronic format that is compatible with Microsoft Windows and Office 2007. Send this CD to Ms. Kristy L. Roberts, ASC/WISK 1895 5th Street, Bldg 46, Wright Patterson AFB, OH 45433-7200 not later than 4:00 PM EST, 30 April 2012. The CD cover label shall be marked "Proprietary/Competition Sensitive Information." Also two paper copies of the response shall be submitted, unbounded in three-ring binders and must be clearly labeled "Proprietary /Competition Sensitive Information" on 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 type shall be Time New Roman or Arial, and font size shall be no less than 12 point. Use, at a minimum, 1-inch margin. No classified information shall be included in company submittals. Please limit response to 40 pages or less. Direct all requests and routine communications concerning this acquisition to the contracting officer listed below: Ms. Kristy L. Roberts 1895 5th Street, Bldg 46, Wright Patterson AFB, OH 45433-7200 E-Mail address: kristy.roberts@wpafb.af.mil Telephone: 937-255-7683
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8629-12-R-2434/listing.html)
 
Place of Performance
Address: Rapid Development Integration Facility (RDIF), WPAFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN02711430-W 20120404/120402234840-c6244cecaccb04d6b1a96596dfc05af4 (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.