Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 06, 2012 FBO #3816
SOURCES SOUGHT

15 -- B-2 Engine Thrust Mount

Notice Date
5/4/2012
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, Tinker OC-ALC - (Central Contracting), 3001 Staff Drive, Ste 1AG76A, Tinker AFB, Oklahoma, 73145-3015
 
ZIP Code
73145-3015
 
Solicitation Number
FA8119-XX-R-XXXX
 
Point of Contact
Darrell L. Hafer, Phone: 4057392126
 
E-Mail Address
darrell.hafer@tinker.af.mil
(darrell.hafer@tinker.af.mil)
 
Small Business Set-Aside
N/A
 
Description
THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. This Sources Sought Synopsis is in support of market research being conducted by the Air Force to identify capable sources. The United States Air Force, Tinker AFB, Oklahoma is seeking potential sources that are capable of fabricating aircraft structural items used on the B-2 aircraft. All of the aircraft structural items that encompass this announcement are considered line replaceable units (LRUs) - items that can easily removed from an aircraft by maintenance personnel at forward operating locations. Specifically, sources are sought for Engine Thrust Mount part number/CAGE: DAA3215A502-007/1W025, NSN 1680-014372864. A technical data package is available. Firms responding shall demonstrate they meet the following capabilities/requirements provided below. The required minimum capabilities/requirements for these structural components are: 1. Quality system requirements: a. AS9110 Certification (or equivalent) b. All special processes performed by organizations maintaining current NADCAP approvals for relevant special processes 2. Ability to fabricate machined components from Inconel 718 forgings up to: 13 inches long, 9 inches wide, 4 inches thick 3. Ability to interpret and generate fabrication tooling from engineering design data 4. Ability to assemble multiple components (pins, springs, screws, machined parts, etc) into a finished assembly 5. Ability to penetrant inspect machined parts 6. Ability to handle fracture critical parts 7. Maintains a corporate cost accounting system that meets the requirements of DCMA or DCAA 8. Offeror must not be owned (directly or in-directly) by a foreign company(ies) or individual(s) for the duration of any potential Government contract All interested firms shall submit a response demonstrating their capabilities to produce the requested equipment to the primary point of contact listed below. As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. Firms responding should indicate whether they are, or are not, a small business, a socially and economically disadvantaged business, or a woman owned business. The general definition of a small business is one that is independently owned and operated, is not dominant in the field of operation in which it is proposing on Air Force contracts and with its affiliates; and the number of employees is not to exceed 500. NAICS Codes to be used for this acquisition is 336411 and 336413. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent acquisition. Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not individually be notified of the results of any government assessments. The Government's evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business designation (e.g. SDVOSB, HUBZone, 8(a), SDB, WOSB, VOSB, etc.). Capabilities package: All interested firms shall submit a capabilities package that explicitly demonstrates company capabilities - indicating examples of commercial sales - and product specifications related to this effort. Responses may be submitted electronically to the following e-mail address: darrell.hafer@tinker.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA8119-XX-R-XXXX/listing.html)
 
Record
SN02739509-W 20120506/120504235104-a6fed44aa2fd016e70904722c872f56d (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.