Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 23, 2015 FBO #4808
SOURCES SOUGHT

29 -- Remanufacture of F110-100, F118-100 FDT Sensor

Notice Date
1/21/2015
 
Notice Type
Sources Sought
 
NAICS
336412 — Aircraft Engine and Engine Parts Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, PK/PZ Tinker AFB, 3001 Staff Drive, Ste 1AG76A, Tinker AFB, Oklahoma, 73145-3015, United States
 
ZIP Code
73145-3015
 
Solicitation Number
2915-01-485-7506PR
 
Archive Date
2/20/2015
 
Point of Contact
Stephanie S. Ansell, Phone: 4056227658, Susan E. Plumlee, Phone: 405-734-4631
 
E-Mail Address
stephanie.ansell@us.af.mil, susan.plumlee@us.af.mil
(stephanie.ansell@us.af.mil, susan.plumlee@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Synopsis Request Purpose: The purpose of this Sources Sought Synopsis (SSS) is to identify potential sources and if this effort can be competitive or a Small Business Set-Aside. This is a SSS for market research purposes ONLY. The Air Force Sustainment Center at Tinker AFB is requesting information for the remanufacture of the F110-100, F118-100 Fan Discharge Temperature T.2 Sensor (FDT) to determine available sources for the items listed below under "Pending/Tentative Program Requirements". NO solicitation is available at this time. Requests for a solicitation will not receive a response. This SSS is open to all types of businesses including small businesses. 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. Any updated information will be provided in future announcements, if applicable and posted electronically on the Federal Business Opportunities website at www.fbo.gov. Contractors not responding to this Sources Sought will not be precluded from participation in any future solicitation, if issued. The proposed North American Industry Classification Systems (NAICS) Code is 336412, which has a corresponding Size Standard of 1,000. The Government will use this information to determine the best acquisition strategy for this procurement. The Government is interested in all businesses to include Small Businesses, Small Disadvantaged Businesses, 8(a), Service-Disabled Veteran-Owned Small Businesses, HUB Zone Small Businesses, and Women-Owned Small Business concerns. The government requests that interested parties respond to this notice if applicable and identify your small business status to the identified NAICS code. Disclaimer: This SSS 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. RESPONSES ARE REQUESTED TO BE SUBMITTED NO LATER THAN 05 FEBRUARY 2015. Purpose: The information received will be utilized by the USAF in developing its acquisition strategy, 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 (IAW) the applicable Government regulations. The Government requests that non-proprietary information be submitted in response to this SSS. 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 IAW the applicable Government regulations. Program Requirements: Remanufacture of the Fan Discharge Temperature T.2 Sensor (FDT) for the F110-100 and F118-100 engines. Input P/N Output P/N Input NSN Output NSN 1269M86P01 1269M86P02 2915-01-191-1818PR 2915-01-485-7506PR 1269M86P02 1269M86P02 2915-01-191-7506PR 2915-01-485-7506PR The proposed acquisition effort is expected to be a follow-on, one time buy, non-commercial contract for the F110 and F118 engine production. F110-100, F118-100 FDT Sensors shall be remanufactured IAW the procedures outlined in the Original Equipment Manufacturers' (OEM) tech data. 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. All component parts shall be acquired from USAF approved vendors, Government inventory, OEM approved vendors, or commercial inventories including, but not limited to, Defense Logistics Agency (DLA). Response submittals should be limited to fifteen pages and 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 (Small Business Size Standard 1000 employees or less) - U.S. or Foreign Owned Entity - Provide any recommendations and/or concerns. - Indicate whether your interest in this as a prime contractor or as a subcontractor. Capabilities: The USAF does not have usage rights to the proprietary technical data for this remanufactured Fan Discharge Sensor. As such, describe your company's capability and experience in obtaining technical data, engineering drawings, service bulletins, and manuals from the OEM, Woodward (Cage 66503). The Fan Discharge Temperature Sensor will be fully remanufactured IAW the procedures outlined in Tech Order (TO) Engine 5E6-3-112-3. Describe your company's capability to obtain and perform IAW this TO, listing any applicable previous experience. The Government will not provide a list of Designated Engineering Representative (DER) processes and procedures as these are proprietary to the developing contractor. As such, describe your company's capability to develop and formulate DERs. Describe your company's capability to utilize the following Government reporting tools: Commercial Asset Visibility (CAV), Comprehensive Engine Management System (CEMS), Interim Contractor Support (ICS) Parts Usage and Maintenance Data Collection Report, and AFMC Form 413 (Depot Maintenance Production Report). Provide a description of any applicable previous experience in utilizing these tools. Hardware Production Questions: Oklahoma City Air Logistics Center (OC-ALC) will only test and check the Fan Discharge Temperature Sensor.What is your company's current maximum production capacity per month? What is your company's current and/or estimated Turn Around Time (TAT) for full remanufacture of each Fan Discharge Temperature Sensor? Provide information on any facility reserves you may possess to increase production capacity and/or reduce TAT in the event of an immediate need due to critical operational mission requirements. Engineering Questions: Describe your company's capability to fully restore all Fan Discharge Temperature Sensors "as new" condition. Describe your company's capabilities to perform visual inspections upon receipt for any shipping/packaging damage. Describe your company's capability to do possible reverse engineering. Describe your company's capabilities to perform visual inspections upon receipt of the Fan Discharge Temperature Sensors to be remanufactured to determine serviceability or reparable condition using the TO. 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 or questions to the primary point of contact below no later than 05 February 2015: Please note: Emails containing file types such as:.zip,.xlsx,.docx, or other macro-enabled extensions, may not be delivered to the intended recipients. Contracting Office Address: AFSC/PZAAB 3001 Staff Drive Tinker AFB, OK 73145 United States Primary Point of Contact: Stephanie Ansell Contracting Specialist stephanie.ansell@us.af.mil Phone: 405-622-7658 Secondary Point of Contact: Susan Plumlee Contracting Officer susan.plumlee@us.af.mil Phone: 405-734-4631
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/2915-01-485-7506PR/listing.html)
 
Record
SN03621487-W 20150123/150121235409-4bf43548a2731143c2f5243e362f084b (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.