Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 04, 2013 FBO #4332
SOURCES SOUGHT

15 -- FY14 WRP Spares - FY14 WRP Spares

Notice Date
10/2/2013
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC / AFSC / AFNWC - HILL AFB, ., Hill AFB, Utah, 84056, United States
 
ZIP Code
84056
 
Solicitation Number
FY14WRPSpares
 
Archive Date
11/19/2013
 
Point of Contact
Ryan A Kashanipour, Phone: 801-586-5266
 
E-Mail Address
ryan.kashanipour@hill.af.mil
(ryan.kashanipour@hill.af.mil)
 
Small Business Set-Aside
N/A
 
Description
FY14 WRP Spares SSS Document This notification is for market research purposes only to identify potential contractors who have the tooling, skills, experience, and knowledge required to successfully complete this effort for Hill Air Force Base, Utah, and does not constitute a commitment, implied or otherwise, that a procurement will be accomplished. This is not a request for proposal or invitation for bid. DESCRIPTION: This effort is to manufacture Initial Spare Parts for the Enhanced Wing Assembly (EWA). Contractor will manufacture and supply spare parts to the Air Force supply chain so they will be available to support EWA unique requirements. QUALIFICATION STATEMENT: The Air Force requires EWA unique parts to support initial flying operations and testing of the new wing prior to provisioning efforts being completed and implemented. Therefore, this acquisition will be a contract to assure the short-term supportability of the EWA. Requirements for producing EWA parts include the demonstrated capability to manufacture according to 3D modeling information including tight tolerances. This 3D data is still in development and will be provided with short lead times requiring maximum flexibility in producing parts. Contractors will be required to demonstrate verification that 3D data imported to be used for manufacturing exactly matches organic source data. Contractors are also required to submit data demonstrating their ability to produce or utilize -- if they have available -- extensive tooling that is unique to the EWA assembly to assure proper end products and mating points/surfaces. They must also demonstrate the flexibility to change manufacturing processes should a design change necessitate it. This tooling is estimated to cost an initial investment of over $21M and 11 months to produce. Neither the tooling nor the data on how it was created will be available as GFE/GFI during the execution timeframe of this contract. The data must also verify the Contractor's capability to manufacture the parts and qualify first articles early enough to still be able to deliver the parts within the contractual period of performance. Contractors would also need to demonstrate their ability to deliver parts on a compressed time frame should demand necessitate it. The Contractor will be required to verify capabilities to manage component inventories, develop manufacturing testing (or demonstrate it if in place), and manufacture and test aerospace ready-for-use subassemblies with existing quality processes suitable for military aerospace applications. CONTRACT REQUIREMENTS: The Air Force's planned methodology will be a single purchase supply contract to procure initial spares with an anticipated Firm-Fixed-Price arrangement. DELIVERABLES REQUIRED: •Approximately 74 initial spare parts of varying quantities (approximately 170 total parts) to establish the pipeline of EWA unique spare parts. •The effort to produce initial spares has an estimated value of $2.8M with an estimated period of performance from Apr 2014 through Sep 2015. •The Contractor shall establish, implement, and maintain an Initial Spares Program in accordance with the listing of parts •When the prime contractor buys end articles or a portion thereof from a vendor/subcontractor, the prime contractor shall impose these specifications upon its vendors/subcontractors. The inclusion of the requirements on contractor's subcontracts/purchase orders to its vendor/subcontractors does not relieve the prime contractor of its obligation to insure timely delivery of the required deliverables.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FY14WRPSpares/listing.html)
 
Place of Performance
Address: TBD, United States
 
Record
SN03210383-W 20131004/131002235034-3095abea7fd7680515cfe3ad616e78a1 (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.