Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 28, 2010 FBO #3107
SOURCES SOUGHT

80 -- Single Part Wheel Paint for DoD Maintenance, Repair, and Overhaul (MRO) Operations

Notice Date
5/26/2010
 
Notice Type
Sources Sought
 
NAICS
332812 — Metal Coating, Engraving (except Jewelry and Silverware), and Allied Services to Manufacturers
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, Tinker OC-ALC - (Central Contracting), 3001 Staff Drive, Ste 1AG76A, Tinker AFB, Oklahoma, 73145-3015
 
ZIP Code
73145-3015
 
Solicitation Number
LP757
 
Archive Date
6/25/2010
 
Point of Contact
Frederic A. Veal, Phone: 4057346724
 
E-Mail Address
frederic.veal@tinker.af.mil
(frederic.veal@tinker.af.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT SYNOPSIS Single Part Wheel Paint (LP757) for DoD Maintenance, Repair and Overhaul (MRO) Operations CAUTION: This is a SOURCES SOUGHT notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding aircraft industry sources to replace current aircraft wheel painting operations at DoD MRO depots with a single coat solution that will meet or exceed all mission requirements at reduced cost while reducing or eliminating current use and generation of hazardous substances. The required single coat solution shall meet the following criteria: • Fast air-drying properties (saves time and money) • Easy to apply thin, uniform coat that adheres tenaciously to aluminum • No increase in process time over current wheel and strut paint method • Removed easily and quickly for substrate examination and NDI • Tested and specifically engineered for aircraft wheels • Proven to meet or exceed current OEM contract requirements (e.g., Goodyear Aerospace Wheel & Brake) • Superior in abrasion resistance to epoxy primers and zinc chromated enamels and lacquers • No use of hexavalent chromium primers Contractors/Institutions responding to this sources sought are placed on notice that participation in this survey may not ensure participation in future solicitations or contract awards. The Government will not reimburse participants for any expenses associated with participation in this survey. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. INSTRUCTIONS: 1. Below is a short description of the requirements, a request for your business information, and a Contractor Capability Survey which allows you to provide your company's capabilities 2. If, after reviewing these documents, you desire to participate in the market research, you should provide documentation that supports your company's capabilities in meeting these requirements. Failure to provide documentation may result in the Government being unable to adequately assess your capabilities 3. Both large and small businesses are encouraged to participate in this market research. Joint ventures or teaming arrangements are acceptable and up to each industry partner. Team members must be identified to include credentials 4. Previous responses to this sources sought need not respond and will be considered in this revision 5. Questions relative to this market research should be addressed to Tony Veal, 639ASCG/PK,frederic.veal@tinker.af.mil,405.734.6724 6. Questions relative to the Propulsion Environmental Working Group (PEWG) should be addressed to Mickey Conklin, james.conklin@tinker.af.mil, 405.739.7773 7. Questions relative to the actual award and project management should be addresses to Sharmila Prasad, President, A.K.Systems Corporation, 1020 Woodman Drive, Suite 300, Dayton Ohio 45432, 937.312-0174 (O), sharmila@aksystemscorp.com. AKSystems has been awarded the initial contract to perform project management for this PEWG program project. PURPOSE/DESCRIPTION: We are conducting market research (Phase One) to identify potential sources that may possess the expertise, capabilities, and experience to specify and qualify an advanced coating meeting DoD MRO and/or OEM specifications and administered at Hill Air Force Base, Utah and/or Tinker Air Force Base, Oklahoma for fielded Air Force aircraft. NOTE: Office within 100 miles of a DoD MRO and/or OEM facility with applicable Subject Matter Expert (SME) engineering support available during qualification is desired. CONTRACTOR CAPABILITY SURVEY 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: • DUNS Number: • Phone Number: • E-mail Address: • Web Page URL: • Size of business pursuant to North American Industry Classification System (NAICS) Code 332812, 333298, 333411, 333519, 333618, 336411, 336412, 336413, 541330, or 541990 (others could apply) Based on the above NAICS Code, state whether your company is:  Small Business  Woman Owned Small Business  Small Disadvantaged Business  8(a) Certified  HUBZone Certified  Veteran Owned Small Business  Service Disabled Small Business • Central Contractor Registration (CCR) • A statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership). Part II. Capability Survey Questions Describe your past experience for designing, engineering, installing, demonstrating, validating, qualifying, and activating military aircraft component coating applications: • Program name • Government or contractor POC • Detailed description of the products and device(s) • Quantities produced • Production schedule for both past programs and estimate for this one • Cost of past efforts and estimate for this one • Risks envisioned with this effort INFORMATION SUBMISSION INSTRUCTIONS: Responses must be received no later than close of business Friday, June 11th, 2010. Submit responses electronically, via email, to frederic.veal@tinker.af.mil in MS Word or Adobe Portable Document Format (PDF) not to exceed 3 single sided pages presented in single-space using a 12-font size minimum. CONFIDENTIALITY: No proprietary, classified, confidential, or sensitive information should be included in the response. The Government reserves the right to use any non-proprietary technical information in any resulting solicitation(s).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/LP757/listing.html)
 
Place of Performance
Address: Tinker Air Force Base, Oklahoma or Hill Air Force Base, Utah, Tinker Air Force Base, Oklahoma, 73145, United States
Zip Code: 73145
 
Record
SN02160825-W 20100528/100526235056-60c0775842d8481ca387bf038873cee4 (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.