Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 13, 2017 FBO #5530
SOURCES SOUGHT

B -- SmartBlend Sustainment and Reports

Notice Date
1/11/2017
 
Notice Type
Sources Sought
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PK - WPAFB (includes PZ, WL, WW, WI, WN, WK, LP, WF, WK), 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218, United States
 
ZIP Code
45433-7218
 
Solicitation Number
F119-SBS-2017
 
Point of Contact
Ryan Masin, Phone: 9377137874
 
E-Mail Address
ryan.masin.1@us.af.mil
(ryan.masin.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The United States Air Force is issuing this Sources Sought Synopsis as a means of conducting market research in order to identify parties having an interest in, and the resources to provide, the requirement that involves providing detailed structural analysis on the blades of the Integrally Bladed Rotors (IBRs) of the F-22's F119 Engine at the Oklahoma City Air Logistics Center (OC ALC). This effort for which the USAF is seeking respondents primarily involves the following: 1) In- depth structural analysis of the F119 IBRs such as the analysis taking place currently via the SmartBlend System 2) Data analysis of the test data produced as a result of the in-depth structural analysis on the IBRs 3) Written reports, and a resulting database for comparison to future analysis, conveying detailed information on the test results and repairable nature of the IBRs 4) Program status reviews and participation. The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 488190. If your organization has the potential capacity to provide this product, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this requirement, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver this product, organizations should address the administrative and management structure of such arrangements. The Government will evaluate market information to ascertain potential market capacity to 1) provide effort consistent in scope and scale with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION, and multiple awards MAY be made. Submission Instructions: The subject effort involves providing reports based on analysis of test data gathered. Additionally, the effort will include meeting with assigned Air Force Personnel for regular program status reviews. Interested parties who consider themselves qualified to perform the above-listed effort are invited to submit a response to this Sources Sought Notice within 20 days of posting. All responses under this Sources Sought Notice must be emailed to ryan.masin.1@us.af.mil in PDF format with a limit of 15 pages and include a Rough Order of Magnitude cost estimate for five calendar years of effort (with the CY 2017 effort starting in March 2017 and the subsequent four years based on calendar year periods of performance) with an estimated F119 equivalent engine overhaul schedule of the following induction quantities: 2017 2018 2019 2020 2021 64 64 70 75 75 DISCLAIMER: THIS SSS IS ISSUED FOR INFORMATIONAL AND PLANNING PURPOSES. IT DOES NOT CONSTITUTE A SOLICITATION (REQUEST FOR PROPOSAL OR REQUEST FOR QUOTATION) OR A PROMISE TO ISSUE A SOLICITATION IN THE FUTURE AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. SUBMISSION OF PROPRIETARY INFORMATION CAUTION: THE GOVERNMENT APPRECIATES THAT INTERESTED RESPONDENTS MAY NOT BE ABLE TO RESPOND TO THIS MARKET RESEARCH WITHOUT DISCLOSING INFORMATION DEEMED "PROPRIETARY". DATA SUBMITTED IN RESPONSE TO THIS MARKET RESEARCH WILL BE DISTRIBUTED AND DISCUSSED WITHIN THE GOVERNMENT. IT IS THE RESPONSIBILITY OF RESPONDENTS TO CLEARLY MARK SUBMITTED INFORMATION WITH APPROPRIATE RESTRICTIVE MARKINGS. RESPONDENTS ARE FURTHER ADVISED THAT THE GOVERNMENT'S ANALYSIS OF RESPONSES MAY REQUIRE DISCLOSURE OF RESPONSES TO ADVISORY AND ASSISTANCE SERVICES (A&AS) SUPPORT CONTRACTOR PERSONNEL. ALL MEMBERS OF THE GOVERNMENT/CONTRACTOR TEAM WILL BE REMINDED OF THEIR OBLIGATION TO PROTECT SUCH INFORMATION TO THE MAXIMUM EXTENT PERMITTED OR REQUIRED AND OTHER APPLICABLE STATUTES OR REGULATIONS. IN ADDITION, GOVERNMENT MEMBERS WILL BE REMINDED OF THE OBLIGATIONS TO AFFORD PROTECTION UNDER THE TRADE SECRETS ACT, 18 U.S.C. 1905. ALL SUPPORT CONTRACT MEMBERS ARE REQUIRED TO PROTECT THE INFORMATION BY THE TERMS OF THEIR CONTRACTS. If you have any questions concerning this opportunity please contact: Ryan Masin Contract Specialist, USAF F-22 Raptor F119 Engine Sustainment ryan.masin.1@us.af.mil 937-713-7478
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/F119-SBS-2017/listing.html)
 
Place of Performance
Address: Tinker Air Force Base, Oklahoma City, Oklahoma, United States
 
Record
SN04368907-W 20170113/170111234213-f2f4e80df112dceab59bd0851b8a80f6 (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  © 1994-2020, Loren Data Corp.