Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 27, 2013 FBO #4082
SOURCES SOUGHT

31 -- Repair and Overhaul of J85 Bearings - Sources Sought Synopsis - Sources Sought Synopsis - Sources Sought Synopsis

Notice Date
1/25/2013
 
Notice Type
Sources Sought
 
NAICS
336412 — Aircraft Engine and Engine Parts Manufacturing
 
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
FD20301301121
 
Archive Date
2/26/2013
 
Point of Contact
Trina A. Ingram, Phone: 4057344618
 
E-Mail Address
trina.ingram@tinker.af.mil
(trina.ingram@tinker.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Performance Work Statement (PWS) Exhibit A Qualification Requirements This is a Sources Sought Synopsis (SSS)/Request for Information (RFI) for market research purposes issued by AFSC/PZAAB at Tinker Air Force Base (TAFB). The United States Air Force (USAF) is requesting information on the repair/overhaul of the J85 bearings to determine available sources of repair and engineering services related to the items listed in Performance Work Statement (PWS) and Exhibit A, attached as a part of this announcement. This is a market research survey to determine the availability and adequacy of potential sources prior to determining an acquisition strategy and contract strategy. This is a Sources Sought Synopsis/Request for Information. There is no solicitation available at this time. Requests for a solicitation will not receive a response. We are seeking and are open to all types of small business participation. Disclaimer: This SSS/RFI is issued solely for informational and planning purposes. It does not constitute a solicitation (Request for Proposal or Request for Quotations) or a promise to issue a solicitation in the future. As stipulated in FAR 15.201(e), responses to this notice are not considered offers, shall not be used as a proposal, and cannot be accepted by the Government to form a binding contract. This SSS/RFI does not commit the Government to contract for any service whatsoever. Furthermore, we are not seeking proposals at this time. Responders are advised that the Government will not pay for any information or administrative costs incurred in response to this RFI. All costs associated with responding to this RFI will be solely at the responding party's expense. Any resulting procurement action will be the subject of a separate, future announcement. The information is provided for discussion purposes and any potential strategy for this acquisition may change prior to any solicitation release. Purpose: The information received will be utilized by the Air Force in developing its acquisition strategy, Statement of Objectives, Statement of Work, Purchase Description and Specification. Any proprietary information that is submitted may be used as a general concept but specific information will be safeguarded as proprietary, if so marked and clearly identified in accordance with the applicable Government regulations. The Government requests that non-proprietary information be submitted in response to this SSS/RFI. However, should proprietary information be submitted, it should be marked "PROPRIETARY", and will be handled accordingly. The Government shall not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Proprietary information or trade secrets should be clearly identified. 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. Updated information will be provided in future announcements, if applicable and posted electronically on the Federal Business Opportunities website at www.fbo.gov. Responses to this Sources Sought may or may not be returned. Not responding to this Sources Sought does not preclude participation in any future solicitation, if one is issued. ATTENTION: Contractor must be registered with Central Contractor Registration (CCR) and Online Representations and Certifications Application (ORCA) to be eligible for contact award or payment from any DOD activity. Information on registration and annual confirmation requirements may be obtained via the Internet at https://www.sam.gov/portal/public/SAM/. Note: An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition. Before consulting the Ombudsman concerned parties should first address their concerns, issues, disagreements, and/or recommendation to the Contracting Officer listed below for resolution. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call the Ombudsman at (405) 736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Program Requirements: Interested persons may identify their interest and capability to respond to the SSS/RFI. This notice of intent is not a request for competitive proposals. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Specifications, plans, or drawings relating to the procurement described are incomplete or not available and cannot be furnished by the Government. The proposed acquisition is for the repair/overhaul of the J85 bearings. The contractor shall furnish all required labor, facilities, equipment and material to accomplish overhaul, repair and/or modification, test, packing, preservation and packaging, and return to the Government in a completely serviceable condition. The contract is expected to be a firm fixed price five (5) year requirements type contract with one (1) basic year and five (5) one (1) year options in accordance with FAR Part 12. The Best Estimated Quantities (BEQs) listed in the attached Exhibit A represent the estimated total annual quantity the government expects to generate and place orders for repair. Failure of the government to furnish such items in the amounts or quantities described in the schedule will not entitle the contractor to any equitable adjustment in pace. Condemned items will not be counted as production. Qualification requirements apply. The bearings repaired in this requirement are manufactured by multiple manufactures and shall be repaired at Level 2 in accordance with PWS paragraphs 1.2 and 1.5. Program Requirements: 1. Noun - Repair and Overhaul of J85 Bearings 2. NSNs - See attached PWS herein 3. Part Numbers - See attached PWS herein 4. Application - J85 engine 5. NAICS - 336412 6. Delivery - Contractors are encouraged state their estimated repair and delivery capabilities for each NSN listed in Exhibit A. The Government requests interested parties to submit a brief statement of current capability to perform these services. Please limit your submissions to ten pages. Interested sources should provide the following information for your company and for any teaming or joint venture partners: - Company Name/Address - CAGE Code (if available) - DUNS Number - Point of Contact - Phone/Fax Number - Email address - Web page URL - Size of Business (i.e. Large/Small Business, Small Disadvantaged Business, 8 (a) concern, Minority-Owned Business) Size relative to NAICS Code 336413 (Small Business Size Standard 1000 employees or less) - U.S. or Foreign Owned Entity - Provide any recommendations and/or concerns. - Please indicate whether your interest in this as a prime contractor or as a subcontractor? - Provide Government contract history including contract numbers Capabilities: Describe briefly the capabilities of your facility to manufacture/fabricate the airworthy propulsion engine components listed in the PWS. 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). Are there specific requirements in the provided documentation that would currently preclude your products from being a viable solution to our requirement? Hardware Production Questions: Describe your company's ability to repair and overhaul airworthy bearings. 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 due to critical operational mission requirements. 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)? Commerciality Questions: Are there established catalogs or market prices for this 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. Describe your standard warranty and return process for goods and services furnished to the government for items similar in nature to this requirement. Are there any other relevant topics, concerns, and information that will help the Government in forming an acquisition strategy? Respond (along with any supporting documentation) directly to: Trina Ingram at the following e-mail address: trina.ingram@tinker.af.mil Please note: Emails containing file types such as:.zip,.xlsx,.docx, or other macro-enabled extensions, may not be delivered to the intended recipients. Questions should be directed via email to Trina Ingram, Contracting Officer trina.ingram@tinker.af.mil Contracting Office Address: 3001 Staff Drive Tinker AFB, OK 73145 United States Primary Point of Contact: Trina Ingram Contracting Officer trina.ingram@tinker.af.mil Phone: 405-734-4618
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FD20301301121/listing.html)
 
Place of Performance
Address: 3001 Staff Drive, Ste 1AG1 99A, Tinker AFB, Oklahoma, 73145, United States
Zip Code: 73145
 
Record
SN02972672-W 20130127/130125234401-d033a98e952d9e49ac5715bf814f695f (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.