Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 25, 2018 FBO #5997
SOURCES SOUGHT

16 -- F-16 Avionics Panel Kits - Statement of Work - Technical Package

Notice Date
4/23/2018
 
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/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
FA8615-18-SSS-Avionics
 
Archive Date
5/23/2018
 
Point of Contact
Tiffany Hoover, Phone: 9377136999, Christopher H. Hampton, Phone: 9377136996
 
E-Mail Address
tiffany.hoover@us.af.mil, christopher.hampton.8@us.af.mil
(tiffany.hoover@us.af.mil, christopher.hampton.8@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
16F4457_Connector Plate_REDLINE 03292018 16F4457_Connector Plate_PL REDLINE 04092018 16F4456_Mounting Plate Assy_Redline 04092018 16F4456_Mounting Plate Assy_PL_REDLINE 04092018 16F1458 Cover Redline 03072018 16F1458 Cover PL Redline 01182018 16F1350 Faceplate Redline 03262018 16F1350 Faceplate PL Redline 11202017 F-16 Avionics Panel Kits SOW Sources Sought Synopsis F-16 Program Office Fighter/Bomber Directorate Air Force Life Cycle Management Center Wright-Patterson Air Force Base, Ohio 1 Description 1.1 The purpose of this Sources Sought is to request interested companies provide the Government team with information about their capabilities and interest in providing these kits as needed, to include the ability to produce multiple sizes that accommodate various F-16 programs throughout the contract period of performance. In addition, the company must be able to produce the panel using the required technical drawings supporting NVIS required criteria. Our goal is to develop a list of interested parties; determine competitive and/or Small Business Set-Aside opportunities; and apply this information to craft an effective acquisition and source selection strategy for the production phase of the program. 1.1.1 This requirement is an update to the sources sought synopsis posted under FA8615-XX-X-XXYZ 1.1.2 The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. Recent, relevant experience in all areas should be provided. 1.2 The acquisition strategy has not yet been determined. Market research results will assist the Air force in determining whether this requirement will be a full and open, a small business set aside, or a sole source acquisition. Please note that a key factor in determining if an acquisition will be a Small Business Set-Aside is the level of demonstrated interested and capability among small business contractors. IAW with Federal Acquisition Regulation (FAR) clause 52.219-14, Limitations on Subcontracting, two or more potential small business prime contractors must be capable of performing at least 50% of the effort. If it is determined that a small business set-aside is appropriate and your company anticipates submitting a proposal as the prime contractor for a small business set-aside, please provide specific details and rationale as to how compliance with FAR clause 52.219-14 would be achieved, including specific details regarding teaming arrangements, etc. 1.3 If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. If this effort is not set-aside for small business, small business utilization will be considered. Request that large and small businesses provide a reasonable expectation for small business utilization as a percent of total contract value. Please provide supporting rationale for the recommended percentage. 1.4 The U.S. Government is not, at this time, seeking proposals and will not accept unsolicited proposals. The Government will use this information to determine the best acquisition strategy for this procurement, however, our current acquisition planning supports a Firm Fixed Price (FFP) and a multiple award Indefinite Delivery Indefinite Quantity (IDIQ) contractual vehicle. Respondents are advised that the U.S. Government will not pay for any information or administrative costs incurred in responding to this Sources Sough Synopsis (SSS). All costs associated with responding to this SSS will be solely at the interested party's expense. 1.5 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 and posted electronically on the Federal Business Opportunities website at www.fbo.gov. Failure to respond to this SSS will not preclude participation in any future solicitation, if issued. 1.6 The North American Industry Classification Systems (NAICS) Code is 336413 Other Aircraft Parts and Auxiliary Equipment, which has a corresponding Size Standard of 1,250 employees. Firms responding to this announcement should indicate whether they are an other than small business, small business, small disadvantaged business (SDB), woman-owned small business (WOSB), economically disadvantaged women-owned small business (EDWOSB), 8(a)-certified business, service-disabled veteran-owned small business (SDVOSB), veteran-owned small business (VOSB), or Historically Underutilized Business Zone small business (HUBZone). All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. 1.7 Contractors must be either U.S.-owned or a U.S.-owned subsidiary with valid security infrastructure and clearances to accomplish this effort. If another company or small business believes they may have solutions to meet the requirements, please contact one of these companies for subcontracting opportunities. Large businesses are encouraged to indicate the extent to which they intend to use small businesses. 1.8 If a solicitation is released, it will be synopsized on the Federal Business Opportunities website. It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirements. 2 Program Requirements: 2.1 This is a first article developmental effort, followed by subsequent production buys to procure assets. Aircraft installation services are not required. This SOW defines the tasks required of the offeror to provide the first "kit-proof" articles and subsequent production assets kits. A kit will contain the items described in government provided data packages. This is a build-to-specification effort. This contracted effort will involve the manufacture, assembly (kitting), and delivery of Avionics Panel Kits. 2.2 The first request of this kit will be the F-16 Avionics Panel Kit used to support F-16 pre-block Multi Information Distribution System Joint Tactical Radio System (MIDS-JTRS) adaptation. The "draft" technical data packages (TDP), and Statement of Work (SOW) are included. The Government requests interested companies provide the Government team with information about their capabilities and interest in providing these kits as needed. 2.2.1 Each kit will contain the following: Qty Drawing P/N Description 1 16F1350-19 Avionics Power Panel Faceplate Assy 1 6F1458-21 Avionics Power Panel Cover 1 16F4456-835 Avionics Power Panel Mounting Plate Assy 1 16F4457-809 Avionics Power Panel Connector Plate Assy 6 P032A450 Standoff (4.5") 12 MS21039-0620 Screw (Standoff) 4 NASM35206-227 Screw (Cover) 1 M8834/01-353G Toggle Switch 2.3 Due to security access, system attributes, and concept of operations, foreign contractor participation is not permitted at the prime contractor level. United States contractors must develop software and hardware in the United States of America. 3 Security requirements will be in accordance with the F-16 Security Classification Guide (SCG) and any other applicable classification guides. Please contact F-16 the Contracting Officer if a copy of the SCG is required. 4 Industry Discussions 4.1 AFLCMC/WWM representatives may or may not choose to meet with potential offerors. Such discussions would only be intended to get further clarification of potential capability to meet the requirements. 5 On the following pages is a Contractor Capability Survey which allows you to provide your company's capability. 5.1 In addition to the survey, please state if can comply with the Non-Manufacturer Rule, as prescribed in FAR 19.102(f). 6 If, after reviewing this information, you desire to respond to the SSS, you should provide documentation that supports your company's capability to meet these requirements. Companies may be contacted for further information or clarification; however, failure to provide documentation may result in the U.S. Government being unable to adequately assess your capabilities. If you lack sufficient experience in a particular area, please provide details explaining how your company would overcome the lack of experience/capabilities in order to perform that portion of the requirement (i.e., teaming, subcontracting, etc.). Documentation describing your company's capability should be provided in the form of a white paper. 7 Questions related to this market survey should be addressed to the Contracting Officer, Christopher H. Hampton, at 937-713-6996. 8 All interested parties shall submit one (1) copy of the requested information, via e-mail (maximum of 2 MB), no later than 1600 EDT on 9 May 2018 to the Contracting Officer, Christopher H. Hampton, at christopher.hampton.8@us.af.mil and to the Contract Specialist, Tiffany Hoover, at tiffany.hoover@us.af.mil. 9 Be advised that all correspondence sent via e-mail shall contain a subject line that reads "MIDS-JTRS Avionics Panel - SSS." Note that e-mail filters at Wright-Patterson AFB are designed to filter e-mails without subject lines or with suspicious subject lines and/or certain attachments (i.e.,.exe or.zip files). Therefore, if this subject line is not included, the e-mail may not get through the e-mail filters. Also be advised that.zip or.exe files are not allowable attachments and may be deleted by the e-mail filters at Wright-Patterson AFB. If sending attachments with e-mail, ensure only.PDF,.doc, or.xls documents are sent. The e-mail filter may delete any other form of attachments.   CONTRACTOR CAPABILITY SURVEY F-16 Avionics Panel Kits Part I. Business Information Please provide the following business information for your company/institution and for any teaming or joint venture partners: • Company/Institute Name: • Address: • Point of Contact: • CAGE Code: • Phone Number: • E-mail Address: • Web Page URL: • Size of business pursuant to North American Industry Classification System (NAICS) Code: Based on the above NAICS Code, state whether your company is: • Other Than Small Business (Yes / No) • Small Business (SB) (Yes / No) • Woman Owned Small Business (WOSB) (Yes / No) • Small Disadvantaged Business (SDB) (Yes / No) • Economically Disadvantaged Women-Owned SB (EDWOSB) (Yes / No) • 8(a) Certified (Yes / No) • HUBZone Certified (Yes / No) • Veteran Owned Small Business (VOSB) (Yes / No) • Service Disabled Veteran Small Business (SDVOSB) (Yes / No) • Central Contractor Registration (CCR). (Yes / No) • A statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership). Submit one (1) copy of the requested information, via e-mail (maximum of 2 MB) no later than close of business, 10 calendar days after posting date, to the Contracting Officer, Christopher Hampton, at christophe.hampton@us.af.mil and to the Contract Specialist, Tiffany Hoover, at tiffany.hoover@us.af.mil.  Part II. Capability Survey Questions General Capability Questions: 1. Describe briefly the capabilities of your facility and the nature of the goods and/or services you provide. Include a description of your staff composition and management structure. 2. 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). 3. Describe your company's capability to obtain or manufacture molds/tooling. Also, provide information on your type of molding process. 4. 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 do to critical operational mission requirements. 5. Are there specific requirements in the documentation that we provide that would currently preclude your product from being a viable solution to our requirement? Hardware Production Questions: 6. Describe your capability and experiences in the manufacturing/fabrication of components. 7. 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)? Repair Questions: 8. Describe your configuration management processes and how you identify and resolve parts obsolescence and diminishing manufacturing sources problems? 9. Describe your process for maintaining inventory records and reporting on hand/in work balances and repair status to your customer. Commerciality Questions: 10. Are there established catalog or market prices for our 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. 11. Describe your standard warranty and return process for goods and services furnished to the government for items similar in nature to this requirement. Summary THIS IS AN SSS ONLY to identify sources that can provide an upgrade to the F-16 aircraft MMC. The information provided in the SSS is subject to change and is not binding on the U.S. Government. The Air Force has not made a commitment to procure any of the items discussed, and release of this SSS should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become U.S. Government property and will not be returned.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8615-18-SSS-Avionics/listing.html)
 
Place of Performance
Address: Contract Office:, 2725 C Street, Bldg 553, Room 361, Wright-Patterson AFB, Ohio, 45433-7424, United States
Zip Code: 45433-7424
 
Record
SN04897742-W 20180425/180423230607-08ad0ff5dd3042404015c9638e71fe45 (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.