Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 29, 2011 FBO #3534
MODIFICATION

15 -- Procure and Install Falcon Up for F-16

Notice Date
7/27/2011
 
Notice Type
Modification/Amendment
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272, 47123 Buse Road Unit IPT, Patuxent River, Maryland, 20670, United States
 
ZIP Code
20670
 
Solicitation Number
NA-2011-02
 
Archive Date
8/19/2011
 
Point of Contact
Karen Denise Lynch, Phone: 2407257532, James M. Smith, Phone: 240-725-7531
 
E-Mail Address
karen.d.lynch@navy.mil, James.M.Smth@navy.mil
(karen.d.lynch@navy.mil, James.M.Smth@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The Naval Air Systems Command (NAVAIR), Commercial Derivative Aircraft Contracts Division (AIR-2.3.5.1), Patuxent River, MD is conducting a market survey to identify potential business sources who have the resources, capabilities, and experience to procure and install approved U.S Air Force (USAF) structures modifications commonly referred to as Falcon Up in 10 unique block 15 F-16A aircraft. NAVAIR intends to use the information provided in response to this Sources Sought Synopsis/Request for Information (RFI) to aid in refining its acquisition strategy, budget assumptions, statement of work, and delivery schedule for this effort. NAICS Code 336411applies to this effort. BACKGROUND: In 2003 the U.S. Navy regenerated 14 F-16A/B Block 15 aircraft that were originally intended for a Foreign Military Sale to the country of Pakistan. The B model aircraft were produced with the Falcon Up modification and will not require this modification. The aircraft are currently utilized for air to air combat training at the Naval Strike and Air Warfare Center located in Fallon, NV. The aircraft are utilized at a rate of approximately 20 flight hours per month for a total of 240 flight hours per year for each aircraft. As of April 2011 the fleet leader A model aircraft is approaching 1600 hundred flight hours. The USAF experienced cracking in the wing carry through beams as early as 1750 flight hours and approved, a series of Technical Time Compliance Orders (TCTO) and Engineering Change Proposals (ECP) to mitigate the risk of catastrophic failure. REQUIREMENT: The U.S. Navy is interested in sending aircraft to a contractor facility to install the following ECP's - ECP 1871 - Replacement of forward/center fuselage longeron, web and skin - ECP 1910 - Modification of wing carry through bulkheads (4), replacement of FS 341 lower bulkhead - ECP 1966 - Modification of center fuselage upper skins - ECP 1987 - Modification of FS 341 bulkhead incline stiffener The contractor must possess or have access to proper tooling, facilities, technical data, and approved USAF kits to perform this tasking. Furthermore the contractor will need to have the capacity to accept 2 aircraft at a time and the ability to support a turnaround time of 6 months or less. The Government intends to conduct a best value competition to award Firm Fixed Price contract(s) for these items. The Government may include separate line items for negotiated emergent requirements over and above in nature. Additional information on the Government's requirement can be obtained by contacting the U.S Navy point of contact listed below. SUBMISSION CONTENT: Written responses to this RFI are requested to be no more than fifteen (15) single-spaced, 8.5 x 11 inch pages using 12 point font minimum. If the material provided contains proprietary information, please mark accordingly and provide disposition instructions (submitted data will not be returned). Classified material shall not be submitted. The response should include, but is not limited to, the following: a) A one page company profile to include Small Business Administration (SBA) business size classification (i.e. large, small, small disadvantaged, service disabled, veteran owned, HUBZone, etc.), number of employees, Cage Code, DUNS number, NAICS Code, major products, primary customer base, statement on whether your interest in this sources sought is for the purpose of becoming the prime Offeror or to inquire about subcontracting possibilities, and points of contact who are able to discuss the material submitted. b) A description of the company's past experience and performance of similar contracts for aircraft depot maintenance. c) A summary of the company's capability and approach to meet the requirement and delivery schedule objectives of this RFI and perform a contract of this magnitude. If the objectives can be met earlier than the Government's anticipated schedule, indicate the achievable dates. In addition, provide feedback on any of the Government's objectives which may unnecessarily drive schedule and/or cost. Indicate how those objectives may be tailored to improve schedule or reduce cost. d) A description of notional programmatic information including top level schedules and Rough Order of Magnitude (ROM) costs necessary to achieve the Government's objectives as stated. e) Any other information the company deems necessary to aid the Government in refining its acquisition strategy. f) Offeror's existing and potential partnering information, if applicable. SUBMISSION INFORMATION: Interested offerors shall respond to this Sources Sought Synopsis/RFI no later than 12:00 PM (EST) on August 4, 2011. All interested offerors must be registered in Central Contractor Registry (CCR) to be eligible for award of Government contracts. Interested offerors may mail, fax, or email responses; EMAIL IS THE PREFERRED METHOD FOR SUBMITTING RESPONSES TO THIS SYNOPSIS. Electronic responses shall be submitted in Microsoft Word or Microsoft Excel format, or Portable Document Format (PDF). Submit responses to the following: Email: james.m.smith@navy.mil Fax: (240) 725-7531 Mail/FEDEX: Naval Air Systems Command Attn: Jim Smith, AIR 2.3.5.1, 21487 Great Mills Rd. Building CAB III Lexington Park, MD 20653 THIS IS A SOURCES SOUGHT SYNOPSIS REQUESTING INFORMATION ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. It is a market research tool being used to determine the availability, capability, and adequacy of potential business sources for preliminary planning purposes. There is no solicitation document available; nor are proposals are being requested or accepted. The Government is not obligated to and will not pay for any costs associated with the information received from potential sources as a result of this synopsis, oral presentations, or any follow up requests for information. Any information provided by respondents to this synopsis is strictly voluntary. It is not to be construed as a commitment by the Government. The information provided herein is subject to change and in no way binds the Government to solicit for or award a contract. If a solicitation is released it will be synopsized on the Federal Business Opportunities website located at http://www.fbo.gov/. It is the potential offeror's responsibility to monitor this site for the release of any follow-on information.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/NA-2011-02/listing.html)
 
Record
SN02512110-W 20110729/110727234933-1292fc5eb80ff28d80a8b98cd5febec4 (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.