Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 25, 2013 FBO #4080
SOURCES SOUGHT

28 -- Turbine Nozzle Assembly

Notice Date
1/23/2013
 
Notice Type
Sources Sought
 
NAICS
336412 — Aircraft Engine and Engine Parts 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
FD20301300644
 
Archive Date
2/22/2013
 
Point of Contact
Trina A. Ingram, Phone: 405-734-4618
 
E-Mail Address
trina.ingram@tinker.af.mil
(trina.ingram@tinker.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought Synopsis (SSS)/Request for Information (RFI) for market research purposes issued at Tinker Air Force Base (TAFB). The United States Air Force (USAF) is requesting information for the procurement of new manufactured parts to determine available sources for the parts listed below. This is a market research survey to determine the availability and adequacy of potential sources prior to determining an acquisition strategy and contract strategy. This is a Sources Sought Synopsis/Request for Information. There is no solicitation available at this time. Requests for a solicitation will not receive a response. We are seeking and are open to all types of small business participation. Disclaimer: This SSS/RFI is issued solely for informational and planning purposes. It does not constitute a solicitation (Request for Proposal or Request for Quotations) or a promise to issue a solicitation in the future. As stipulated in FAR 15.201(e), responses to this notice are not considered offers, shall not be used as a proposal, and cannot be accepted by the Government to form a binding contract. This SSS/RFI does not commit the Government to contract for any service whatsoever. Furthermore, we are not seeking proposals at this time. Responders are advised that the Government will not pay for any information or administrative costs incurred in response to this RFI. All costs associated with responding to this RFI will be solely at the responding party's expense. Any resulting procurement action will be the subject of a separate, future announcement. The information is provided for discussion purposes and any potential strategy for this acquisition may change prior to any solicitation release. Purpose: The information received will be utilized by the Air Force in developing its acquisition strategy, Statement of Objectives, Statement of Work, Purchase Description and Specification. Any proprietary information that is submitted may be used as a general concept but specific information will be safeguarded as proprietary, if so marked and clearly identified in accordance with the applicable Government regulations. The Government requests that non-proprietary information be submitted in response to this SSS/RFI. However, should proprietary information be submitted, it should be marked "PROPRIETARY," and will be handled accordingly. The Government shall not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Proprietary information or trade secrets should be clearly identified. The information in this notice is based on current information available to date. This information is subject to change and is not binding to the Government. Updated information will be provided in future announcements, if applicable and posted electronically on the Federal Business Opportunities website at www.fbo.gov. Responses to this Sources Sought may or may not be returned. Not responding to this Sources Sought does not preclude participation in any future solicitation, if one if issued. ATTENTION: Contractor must be registered with Central Contractor Registration to be eligible for contact award or payment from any DOD activity. Information on registration and annual confirmation requirements may be obtained via the Internet at http://www.ccr.gov or by calling 1-888-227-2423. Note: An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition. Before consulting the Ombudsman concerned parties should first address their concerns, issues, disagreements, and/or recommendation to the Contracting Officer listed below for resolution. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call the Ombudsman at (405) 736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Interested persons may identify their interest and capability to respond to the SSS/RFI. This notice of intent is not a request for competitive proposals. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Specifications, plans, or drawings relating to the procurement described are incomplete or not available and cannot be furnished by the Government. The proposed acquisition is expected to be a one-time buy contract with using FAR Part 12 procedures for turbine nozzle assemblies. The contract is expected to include the pricing method of firm fixed price. No technical data is available. The Government does not own data rights or cannot obtain the data. The Government WILL NOT BE ABLE TO PROVIDE MANUALS OR DRAWINGS FOR THIS REQUIREMENT. Only new manufactured items or new/unused surplus are acceptable. Overhauled and repaired surplus is not acceptable. Surplus material shall be new/unused material only, acceptance and inspection shall be conducted at destination facility. Commercial off eh shelf (COTS) surplus parts, supplied by surplus vendors shall have the original FAA Form 8130-3 or Certificate of Conformance with appropriate documentation annotated by the OEM's manufacturing source. An incomplete, altered or incorrect FAA 8130-3 and/or Certificate of Conformance is unacceptable as an Airworthiness Release Record. Authorized manufacturer's cage code and part numbers are listed in the schedule or line item. Surplus supply vendors are not part manufacturers, they are only supply vendors. NEW MANUFACTURED MATERIAL AND GOVERNMENT OR COMMERCIAL SURPLUS MATERIAL ACCEPTABLE New manufactured as defined as well as Government surplus or commercial surplus material as defined as (1) material, including commercial off-the shelf items manufactured for either Government or commercial use (e.g. production overrun quantities), which has never been sold to or accepted by the Government; or (2) material which would be considered "new Manufactured" except that it is not held by the actual manufacturer, the system contractor or subsidiary, successor, or distributor and as indicated below, will be considered to be acceptable in satisfaction of this requirement. PART NUMBER VERIFICATION Items must be of the correct part number, 9526M65G17, and must have been manufactured by CFM. VERIFIABLE DIMENSIONS Items furnished must meet all dimensions, which are verifiable without disassembly. PRIOR GOVERNMENT OWNERSHIP OF ITEMS Items that were previously owned by the Government must be evidenced by the item marking contained on the original shipping containers or nameplate. Program Requirements 1. Noun - Turbine Nozzle Assembly 2. NSN - 2840-01-254-6885 3. Part Number - 9526M65G17 4. Application - F108 in support of KC-135 5. NAICS - 336412 6. Best Estimated Quantity - 181 each 7. Delivery: Contractors shall state their delivery capabilities. Please provide the following business information for your company and for any teaming or joint venture partners: - Company Name/Address - CAGE Code (if available) - DUNS Number - Point of Contact - Phone/Fax Number - Email address - Web page URL - Size of Business (i.e. Large/Small Business, Small Disadvantaged Business, 8 (a) concern, Minority-Owned Business) Size relative to NAICS Code 336412, 336413 (Small Business Size Standard 1000 employees or less) - U.S. or Foreign Owned Entity - Provide any recommendations and/or concerns. - Please indicate whether your interest in this as a prime contractor or as a subcontractor? Capabilities Describe briefly the capabilities of your facility to manufacture/fabricate the airworthy propulsion engine components listed in attachment 1. Describe capabilities to obtain resources to manufacture propulsion engine components (e.g. raw materials, manufacturing equipment, manpower, etc...). Describe logistical capabilities to commercially package engine components and provide shipping transportation for these items. Describe your company's past experience on previous projects similar in 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). Are there specific requirements in the provided documentation that would currently preclude your products from being a viable solution to our requirement? Hardware Production Questions: Describe your company's ability to manufacture airworthy propulsion engine compressor blades, high pressure turbine blades, high pressure turbine nozzle assemblies, and high pressure turbine shrouds. What is your company's current maximum production capacity per month? Provide information on any facility reserves you may possess to increase production capacity in the event of an immediate need due to critical operational mission requirements. 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)? Engineering Questions: Describe your company's capabilities and experience in obtaining technical data, engineering drawings, and manuals. Identify what software programs are utilized to manufacture airworthy propulsion engine components. Describe your company's capability to obtain or manufacture molds/tooling. Also, provide information on your type of molding process. List and describe any special plating or finishing capabilities. Commerciality Questions: Are there established catalogs or market prices for this requirement? If you offer this product and/or service to both U.S. Government and commercial sources, is the same workforce used for both the U.S. Government and general public? Is our requirement offered to both under similar terms and conditions? Briefly describe any differences. Describe your standard warranty and return process for goods and services furnished to the government for items similar in nature to this requirement. Are there any other relevant topics, concerns, and information that will help the Government in forming an acquisition strategy? Respond (along with any supporting documentation) directly to: Trina Ingram at the following e-mail address: trina.ingram@tinker.af.mil Please note: Emails containing file types such as:.zip,.xlsx,.docx, or other macro-enabled extensions, may not be delivered to the intended recipients. Questions should be directed via email to Trina Ingram, Contracting Officer trina.ingram@tinker.af.mil Contracting Office Address: 3001 Staff Drive Tinker AFB, OK 73145 United States Primary Point of Contact: Trina Ingram Contracting Officer trina.ingram@tinker.af.mil Phone: 405-734-4618
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FD20301300644/listing.html)
 
Place of Performance
Address: 3001 Staff Drive, 1AG1 99A, Tinker AFB, Oklahoma, 73145, United States
Zip Code: 73145
 
Record
SN02970924-W 20130125/130123234708-4dc223b758a9275c524641a71be30660 (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.