Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 28, 2016 FBO #5179
MODIFICATION

15 -- Reverse and developmental engineering work on B-2 Weapons Bay Door DAB3116B301-129

Notice Date
1/26/2016
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
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
1560-01-444-9498
 
Archive Date
9/30/2016
 
Point of Contact
Michelle Syth, Phone: 4057340298
 
E-Mail Address
michelle.syth@tinker.af.mil
(michelle.syth@tinker.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Submit questions regarding this notice to 424.SCMS.AFMC.RFI.Responses@tinker.af.mil THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. This Sources Sought Synopsis (SSS) is in support of Market Research being conducted by the United States Air Force to identify potential repair sources and to determine if this effort can be competitive or a Small Business Set-Aside. This is not a Request for Proposal (or solicitation) or an indication that a contractual commitment will exist for this requirement. The Government does not intend to award a contract on the basis of this market research. No funds are available to fund the information solicited. The United States Air Force, Tinker AFB, OK is seeking sources that are capable of performing reverse and developmental engineering work on aircraft structural composite items used on the B-2 aircraft - specifically the B-2 Weapons Bay Door (Part Number: DAB3116B301-129 and NSN: 1560-01-444-9498FW). The Government will use this information to determine the best future acquisition strategy for this procurement. As of 23 Nov 15: The Air Force intends to use the OASIS Unrestricted contract vehicle for this requirement. Please see http://gsa.gov/oasis for further information. NOTICE OF OPPORTUNITY TO VIEW WEAPONS BAY DOOR TOOLING: Date/Time: Aug 27th, 1pm (MT) Location: Freeport West Center, Building H-9, Clearfield, Utah 84015 (park on "H street" on North side of building H-9 ) NOTE: This is an off-base storage facility. US government contractors can view tooling, must be US citizen. Potential respondents are asked to monitor this announcement for any updates to dates/times/places for this event. Please note that the material/discussions presented at this industry day event will be UNCLASSIFIED. INDUSTRY DAY The Air Force will host an OASIS industry day on 30 July 2015 at the Tinker Business Park, Midwest City, Oklahoma allowing prospective vendors to discuss and post any additional questions. Location: Tinker Business and Industrial Park 2601 Liberty Parkway, Conference Room A (In the middle building, NW corner of building is conference room A) Date: July 30 Time: 8:30am-Noon Please be ready to provide information pertaining to the following: - Engineering capabilities/tools (design software, 3D printing capabilities, simulation software to simulate composite tooling heating/cooling and circuit analyses, etc.) - Resumes of key personnel - Manufacturing/facilities capabilities - Quality certifications - Past performance on similar items - Names and information of key sub-contractors that they typically team with for efforts like this Potential respondents are asked to monitor this announcement for any updates to dates/times/places for this industry day event. Please note that the material/discussions presented at this industry day event will be UNCLASSIFIED. The requirements for this effort are: •1. Development of a procurement technical data package for the above part number, •2. Successful fabrication of a prototype weapons bay door and associated tooling, •3. Development of applicable work instructions detailing the fabrication process, •4. Successful test fit on an aircraft. This development effort will follow the guidance set forth by the Defense Acquisition Guidebook, Chapter 4 (Systems Engineering) with regard to the sequence and definitions of design reviews and other development activities. The required minimum capabilities/requirements for this effort include: •1. Quality system requirements: •a. AS9100 Certification (or equivalent); •b. All special processes performed by organizations maintaining current NADCAP approvals for relevant special processes; •c. Demonstrated quality/production system that tracks perishable materials (such as those used in composite structure fabrication); •d. Demonstrated capability to generate and maintain inspection records for storage and cure temperatures (thermographs) and pressures (barographs). •2. Ability to analyze multilayer aircraft composite structures, propose material/configuration changes (to alleviate material obsolescence issues), provide substantiation data for these proposed changes, and documenting the specific process(es) needed to employ these proposed material/configuration changes. •3. Demonstrated ability to fabricate large composite components, and the associated tooling, for items up to: 400 inches long, 45 inches wide, 16 inches thick, and 500 pounds weight within a controlled clean environment. Cure temperatures up to 700 degrees F. •4. Ability to generate clear work/fabrication instructions showing the setup, layup, placement, and curing processes using a variety of pre-impregnated fabrics and tapes. •5. Ability to interpret and generate composite fabrication tooling from numerical loft data. •6. Ability to dimensionally measure lofted aircraft surfaced and verify these results against numerical loft data. •7. Laboratory facilities that can test/validate the physical properties of cured composite structures. •8. Maintains a corporate cost accounting system that meets the requirements of DCMA and/or DCAA. •9. Offeror must not be owned (directly or indirectly) by a foreign company(ies) or individual(s) for the duration of any potential Government contract. All interested firms shall submit a response that includes detailed product information (military and/or commercial) demonstrating their capabilities to produce the requested equipment to the primary point of contact listed below. Respondents are encouraged to provide as much detail as possible. The Air Force reserves the right to visit the facilities of prospective respondents to further evaluate capabilities. This workload shall be considered UNCLASSIFIED, however consideration may be made for those companies that have secured facilities that meet the requirements for SECRET programs (DoD5200.01 and DoD 5220.22). Additionally, in an effort to reduce Government travel costs associated with this effort, preference may be given to companies that are geographically closer to Tinker AFB, OK. The Air Force intends to use the OASIS contract vehicle for this requirement. Please see http://gsa.gov/oasis for further information. Firms responding should indicate whether they are a small business, a socially and economically disadvantaged business, or a woman owned business. NAICS Codes to be used for this acquisition is 541330. Any information submitted by respondents to this sources sought synopsis is strictly voluntary. As stipulated in FAR 15.201(e), 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. 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. The information in this notice is current as of the publication date but is subject to change and is not binding to the Government. Oral submissions of information are not acceptable. Submit the following information also: •- Company Name and Address •- Cage Code •- DUNs Number •- Company business size by NAIC code •- Small Business Type (s), if applicable •- Point of Contact for questions and/or clarification •- Telephone Number, fax number, and email address •- Web Page URL •- Teaming Partners (if applicable) •- OEM License/Agreement/Manual •- Copies of quality certifications •- Summary/Synopsis of previous similar work for either Government or Commercial customers Respondents are encouraged to provide any recommendations and/or concerns. Responses and/or questions to this synopsis will be posted through FBO when they are received and answers are provided. This Notice will expire on 31 July 2015. Submit information requested above via email to 424.SCMS.AFMC.RFI.Responses@tinker.af.mil. Technical questions regarding this sources sought may also be submitted to this email address. In the subject line of the e-mail please include "B-2 Weapons Bay Door" so that individual responses can be sorted and responses quickly provided. Phone calls will not be accepted. Q&A: 1. What are the quality requirements? Answer: AS9100 or equivalent 2. Does the government have the tooling and or tooling specifications for the Weapons Bay Door? Answer: The government has a portion of the tooling and we have a tooling list. We also have the complete tooling of the other three (3) doors that can be viewed by any contractor, but not taken or removed from Hill AFB. Viewing of tooling in Salt Lake City, UT possible during week of Aug 24-28. Notify 424.SCMS.AFMC.RFI.Responses@tinker.af.mil if interested. The 424SCMS, managing this project, does not own the partial tooling available on this particular item (CMXG at Hill AFB owns the tooling). As such, it is not clear if this tooling would be available as government furnished materiel. 3. To what extent must the Bay Door be tested? Answer: It must pass Form Fit Function requirement, demonstrated by test fit on B-2 Aircraft. 4. The Contractor would like to know, since this is a prototype this is going to be produced, can they use cheaper material for prototype production to save time? Answer: Yes you may for preliminary FFF testing to reduce production risk, but the final accepted version must use approved original specified materials, and prove Form/Fit/Function at Edwards AFB. 5. How many planes are expected to be surveyed? Answer: Government will do any surveying if necessary, and contractor involvement can be discussed. Additionally, loft data for aircraft surfaces is available. 6. Is the contractor allowed to repair the prototype door as necessary? Answer: The prototype stage is considered past Critical Design Review (CDR). As such, a MRB action would need government approval. Depending on many factors, the flight suitability of a door would be assessed based on the MRB's against it. 7. Is there any potential for follow-on work? Answer: Possibly. There are currently no spares, and the requirement is 1 to 3. A vendor successful with this project would be a future source of supply for this item should any future requirements arise. 8. Are there any Time Compliance Tech Orders (TCTO's) on the door? Answer: none known. 9. Are rigging instructions available, which may show additional clearance tolerance for fit? Answer: Rigging instructions will be released with full Tech Data Package prior to Request For Proposal 10. Dimensions? Answer: 24ft long, 4ft wide. Tooling would push envelope out roughly a foot in each direction. 11. Will you release process specifications? Answer: Most process specifications are proprietary to OEM and cannot be released 12. Are the doors a co-cured GR/Ep composite originally with auto-clave cure at 350F? What more can you share as to structural details and material? Answer: Yes, Most all is BMS8-256, Type IV, Class 2, Style 3K-70-PW prepreg. 350 cure. Also random carbon fiber mat BMS8-302 grade 1. Core : BMS8-124, class 1, type 1 grade varies. 13. In repair of such large structure, out-of-autoclave vacuum repairs is proposed where applicable. Is that an acceptable approach for the door? Answer: No, we would not want to qualify another material for this application (Nuclear Capable Bomber). 14. The sources sought mentioned a cure temperature of up to 700F. Those cure temperatures are associated with polyimides or thermoplastics. A Peek resin graphite composite would be a reasonable approach for new construction but not to repair current production doors. I don't see a polyimide composite as needed here. Answer: Up to 700F is listed in the qualification requirement, please list your qualifications and equipment in your RFI response so the USAF can assess capability to produce this item. Materials we expect to encounter are listed above. 15) Any environmental requirements classified at B-2 or collateral level, such as Overblast Pressure ? On the whole, the structural door is UNCLASSIFIED. A vendor bidding would not require access to classified information. Testing to validate door includes NDI, material properties, and fit. Process specifications relating to manufacturing and inspection are often proprietary to OEM and not releasable, but for the structural door their nature is unclassified. The USAF will perform the fit test. If Contractor security clearance permits, the Contractor may participate in the fit check, but it is not a requirement. 16) In the top level assembly drawing there are several references to special purpose application coatings; does this refer to RAM coatings? If so will the RAM coating be furnished by the government and does it require any special security handling? At what level of assembly will the final coating be added, in order to determine what the contractor will need to deliver. BAC5710 - I assume this is the RAM coating. It's applied by the USAF after completion of contract. The Contractor is not required to apply or seek security clearance. 17) Define what will be required by the Government to qualify new material. Could not find details in the SOW. If necessary, qualification of changes will follow USAF policy for Airworthiness with respect to Class 1 and Class 2 changes. The Contractor is required to provide the scientific analysis supporting the recommendation for change in configuration. The recommendation is reviewed by a Configuration Control Board, for engineering change acceptance. 18) Is the Tooling a deliverable? It wasn't mentioned in the SOW, but wanted to confirm. Yes. It's presented as a CLIN for Contractor acquired material/property. 19) Will the winning contractor be able to gain access to the platform for measurements of the weapons bay door area? We anticipate this is possible at Palmdale or Whiteman, however, we cannot commit in contract. To place this in contract would also raise the security classification required to bid (Secret & special access requirement pass). When this door goes on contract, access to the aircraft can be discussed. For now, the interface control document is available and will post with RFP. 20) Reference was made to the unclassified portion of the Aircraft Rigging Tech Order (1B-2A-2-52JG-30-1). Will the winning contractor be able to view the rest of the TO? It is believed that the unclassified portion is all that is needed for fit/install. 21) Several Parts Lists referenced on the drawings were not included. These are: PLDAB3116D311 (Yes-available), PLDAA3116D315 (There is a DAB3116D315 doubler which is available), and PLDAB3116D312 (Yes-available). Are these available now or after contract award? Or, should we assume if they weren't provided to date they are not available? 22) ICD # DAA3160C101 is referenced on Drawing DAB3116D311 and others. Is this document available now or after contract award? Or, should we assume if it wasn't provided to date it is not available? Yes-available. It will post with RFP. We do note that the ICD drawing readability is poor. If additional clarity is needed, we can request. 23) The table of drawings in SOW paragraph 1.4 references more drawings than what was provided in the download zip file from the FBO site. Are the others available now or after contract award? Or, should we assume if they weren't provided to date they are not available? Yes-additional drawings are available and will post with RFP. If one notes more drawings are necessary, please request. 24) In SOW Paragraph 3.1 there is mention to Requisitioned Government Furnished Property in Attachment B. Will Attachment B have a list of GFP available for requisition? Is Attachment B available to view now? Yes- will post on FBO with this response. 25) Is the spare/Condition F bomb bay door available for the winning contractor to use for the project? Yes, it is located at Hill AFB in a classified warehouse. It is in un-repairable condition, but may be useful in reverse engineering. 26) What is tooling condition? Available tooling listed in Appendix B is stored at AMARG (Tucson, AZ). Condition is unknown and may require evalutation and repair.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/1560-01-444-9498/listing.html)
 
Record
SN04000768-W 20160128/160126234024-61222b8eb8d4d1a9d3e331baca5e5e32 (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.