Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 03, 2010 FBO #3143
MODIFICATION

J -- Landing Gear Repair - New Attachments

Notice Date
7/1/2010
 
Notice Type
Modification/Amendment
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, Hill AFB OO-ALC, OO-ALC/PKXB, 6038 Aspen Ave (Bldg 1289), Hill AFB, Utah, 84056
 
ZIP Code
84056
 
Solicitation Number
FA8251-10-R-AAAA
 
Archive Date
12/31/2010
 
Point of Contact
Daniel E. Olsen, Phone: 801-777-6789, Sheela Casper, Phone: 801-777-5373
 
E-Mail Address
dan.olsen@hill.af.mil, sheela.casper@hill.af.mil
(dan.olsen@hill.af.mil, sheela.casper@hill.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Draft Copy Performance Work Statement dated 30 June 2010 Excel Spreadsheet of Revised NSN Listing General Information Document Type: Sources Sought Notice/Request for Information (RFI) Solicitation Number: FA8251-10-R-AAAA Amendment 01 to Original Posted Date: 01 July 2010 Response Date: 16 July 2010 Classification Code: Repair Contract for Landing Gear Components for C-130, KC-135A/R, E-3 aircraft NAICS: 336413 Contracting Office Address Department of the Air Force, Air Force Global Logistics Support Center, 448 SCMG/PKAB 6050 Gum Lane (Bldg 1215), Hill AFB, UT, 84056-5825. Description This announcement constitutes a Sources Sought Synopsis and Request for Information. The following information is provided to assist the Air Force in conducting market research of industry to identify sources of repair that meet Air Force requirements. This is neither a request for proposal nor an invitation for bid. There will be no reimbursement for the information provided. The Landing Gear Supply Chain Management office is considering competing the repair/overhaul of landing gear components associated with the C-130 (all models), KC-135A/R, and E-3 (all models). This contract will initially encompass all three aircraft weapon systems; however, the Air Force may decide to reduce or eliminate the requirement for contract repair on one or more weapon system at its discretion. An initial list of National Stock Number Items being considered for inclusion on a contract have been attached to aid in planning, however this list may be modified prior to solicitation. Landing Gear Component Repair is a major depot-level repair program for the USAF. This activity will procure the capability to repair and overhaul current landing gear and return serviceable landing gear components for the Landing Gear Component Repair program. Special Considerations Contract award decision may be based upon an evaluation of cost and non-cost factors (i.e., technical capability, past performance, etc.). Minimum Mandatory Requirements The Minimum Mandatory Requirements (MMR) reflects the government's minimum needs and are the lowest threshold acceptable. Failure to comply with the MMR will cause a proposal to be rejected. --The contractor would be expected to ramp up for production in 180 days or less after contract award, with initial deliveries to begin 60 days or less thereafter. --The government would expect to see a company capable of performing in the magnitude of 10,000 man-hours experience in the repair and overhaul of hydraulic components and 80,000 man-hours experience in the repair and overhaul of landing gear components within the last five years. --Engineering and other key personnel shall be familiar with landing gear overhaul. They shall be able to communicate in English with Air Force personnel verbally and in writing. Technical personnel shall be able to interpret engineering and technical data written in English. The contractor shall be able to perform the contract requirements from the data provided in English. RFI 1. Are you a qualified source to repair landing gear components? If so, by whom are you qualified and for what components? 2. What is your experience providing landing gear (or similar) repair? 3. If this workload were to encounter a split award, what would be the impact on your own participation? From your perspective, what would be the best arrangement for a split award? 4. The current government plan for this effort is not to offer Government Furnished Equipment (GFE). a. What equipment, tooling and fixtures do you have in your possession that would allow you to do this work? b. What equipment, tooling or fixtures would you need to acquire that would allow you to do this work? 6. Based on the list of components requiring repair, the drawings for those components and the parts required to repair them, do you feel you have adequate storage space for receiving both end items and components while awaiting formal induction to work? 7. Is your interest in this effort as a prime or sub-contractor? 9. Describe your facilities, transportation, manufacturing, and manpower capabilities and capacity. 10. Describe your in-house or partnering ability with secondary processors (subcontract management for heat treaters, platers, forgers, etc.). a. Do you have strong relationships with your suppliers, or the capability to manufacture or subcontract timely manufacture of subassemblies as required? 11. What is your estimated parts repair lead time? 12. How much transition time would your company require to perform on this contract? This would include capabilities to perform under this contract. Transition time shall include all start up procedures required to begin shipment of serviceable end items. 13. What do you estimate your maximum repair capacity would be (number of parts/strut assemblies per month or similar metric)? 14. Please provide an estimated turn-around time for end-item repair, including long-lead parts. 15. What quality control measures do you currently have in place (ISO 9000, 9001, AS9100, NADCAP (National Aerospace and Defense Contractors Accreditation Program))? 16. Describe your experience with Government Source Inspection, Critical Safety Items, and other OSHA standards. 17. Do you have established Department of Defense Address Activity Code (DoDAAC) and Routing Identifier Code (RIC)? 18. Are you familiar with the Government Furnished Material (GFM) process and the use of the Commercial Asset Visibility Air Force (CAVAF) legacy system? 19. What is your plan for acquiring Contractor Furnished Material (CFM)? 20. The applicable North American Industry Classification system (NAICS) code for this acquisition is 336413: Based on this NAICS code what is your size status?  Small Business  Small Disadvantaged  Women-Owned  Veteran-Owned  Service Disabled Veteran Owned  Hub-zone  Large Business 21. Based on your knowledge of the requirement, do you believe that the NAICS code 336413 is the appropriate code? 22. How many employees are in your company? 23. What is your company annual revenue? 24. Are you currently registered in the Central Contractor Registry (CCR), Online Representations and Certifications Application (ORCA), and the Wide Area Workflow (WAWF)? 25. Are there any specific concerns you feel should be addressed in the contract regarding possible economic price adjustments? 26. Can you identify any price break points that may be associated with economies of scale/lot pricing and its impact on the out-years? The government plan is for a five-year contract as a minimum, with discussions of pursuing seven or ten-year efforts. 27. What suggestions, if any, do you have for this Landing Gear Component Repair contract (including evaluation criteria, CLIN structure, contract structure, or other topics)? 28. Are you informed about the Buy American Act, relative to Defense Department procurements? 29. What incentives, monetary or otherwise, would be beneficial in the performance of this contract? 30. The government will conduct an Industry Day event in the near future. What elements would you prefer to see included? Disclaimer THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS RFI OR TO OTHERWISE PAY FOR THE INFORMATION SOLICITED. This RFI is issued for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked Proprietary or competition sensitive will be handled accordingly. Responses to the RFI will not be returned. The responses to this notice are not an offer and cannot be accepted by the Government to form a binding contract. The Government reserves the right to reject, in whole or in part, any contractor's input resulting from this RFI. Responders are solely responsible for all expenses associated with responding to this RFI.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FA8251-10-R-AAAA/listing.html)
 
Record
SN02194605-W 20100703/100701235651-12cd0990871016531b2a715bd1901ef1 (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.