Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 08, 2013 FBO #4214
SOURCES SOUGHT

J -- Remanufacture F110 Engine FDT Sensors

Notice Date
6/6/2013
 
Notice Type
Sources Sought
 
NAICS
336412 — Aircraft Engine and Engine Parts Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, PK/PZ Tinker AFB, 3001 Staff Drive, Ste 1AG76A, Tinker AFB, Oklahoma, 73145-3015, United States
 
ZIP Code
73145-3015
 
Solicitation Number
FA8122-13-R-0034
 
Archive Date
6/30/2014
 
Point of Contact
Billie Kindschuh, Phone: (405)734-4631
 
E-Mail Address
billie.kindschuh@tinker.af.mil
(billie.kindschuh@tinker.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Synopsis Request This is a Sources Sought Synopsis (SSS)/Request for Information (RFI) for market research purposes issued at Tinker Air Force Base (TAFB). The United States Air Force (USAF) is requesting information to determine available sources for the remanufacturing requirements for the F110 Fan Discharge Temperature T.2 Sensor (FDT) that applies to the following National Stock Numbers (NSN) and Part Numbers (P/N): The proposed North American Industry Classification Systems (NAICS) Code is 336412 which has a corresponding Size Standard of 1,000. The Government will use this information to determine the best acquisition strategy for this procurement. The Government is interested in all small businesses to include Small Businesses, Small Disadvantaged Businesses, 8(a), Service-Disabled Veteran-Owned Small Businesses, HUBZone Small Businesses, and Women-Owned Small Business concerns. The government requests that interested parties respond to this notice if applicable and identify your small business status to the identified NAICS code. Additionally, please provide any anticipated teaming arrangements, along with a description of similar services offered to the Government and to commercial customers for the past three years. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. Fan Discharge Temperature T.2 Sensor (FDT) F110-GE-100 Input P/N Output P/N Input NSN Output NSN 1269M86P01 1269M86P02 2915-01-191-1818PR 2915-01-485-7506PR 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 SSS/RFI; 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. This is a SOURCES SOUGHT SYNOPSIS. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. This Sources Sought Synopsis is in support of market research being conducted by the Air Force to identify capable potential sources. Contractors responding to this Sources Sought Synopsis shall submit the following information to: Billie Kindschuh, email: Billie.Kindschuh@tinker.af.mil, by 20 June 2013.3:00 PM (EST) on 1 200. 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 SSS/RFI. All costs associated with responding to this SSS/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 USAF in developing its acquisition strategy, Performance Work Statement, 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 (IAW) 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 IAW the applicable Government regulations. The information in this notice is based on current information available to date, 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 SSS/RFI may or may not be returned. A non-response does not preclude participation in any future solicitation, if one is issued. ATTENTION: Contractor must be registered with Central Contractor Registration to be eligible for contact award or payment from any Department of Defense activity. Information on registration and annual confirmation requirements may be obtained via the Internet at http://www.ccr.gov or by calling 1-888-227-2423. 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 (CO) listed below for resolution. The purpose of the Ombudsman is not to diminish the authority of the Program Director or CO, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate Government personnel. When requested, the Ombudsman will maintain strict confidentiality regarding the source of 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. 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. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described potential procurement make contact with the Original Equipment Manufacturer (OEM), Woodward Inc. 5001 N. 2nd Street, Loves Park, IL, 61111. Specifications, plans, or drawings relating to the procurement described are incomplete or not available and cannot be furnished by the Government. The proposed acquisition effort is expected to be a follow-on five-year requirements type commercial contract to meet the continuing need for F110 engine production. No technical data is available; the Government does not own data rights or cannot obtain the data. The Government WILL NOT BE ABLE TO PROVIDE MANUALS OR DRAWINGS FOR THIS REQUIREMENT. All component parts shall be acquired from USAF approved vendors, Government inventory, OEM approved vendors, or commercial inventories including, but not limited to, Defense Logistics Agency (DLA). Life Limited Parts (LLP) shall be new and unused from USAF approved sources or remanufactured from Government inventory. New and unused non-LLP components shall be from USAF approved vendors, Government inventory, or OEM approved vendors. Non-LLP used serviceable commercial components shall be from used commercial inventories acquired originally from a USAF or OEM approved vendor. The contractor shall provide Federal Aviation Administration (FAA) Form 8130-3 documentation for each used component in a module at time of module delivery. Contractor shall not acquire used commercial parts from supplier sources that have been subject to any violation, penalty, or disciplinary actions leading to FAA disapproval of its aircraft, engine maintenance or operations. All four stages of LPT blades shall be either brand new or fully restored to as new condition. Suppliers must be able to provide necessary certifications including a Certificate of Conformance and traceability to the OEM for any commercially obtained component. Traceability means that the supplier must be able to show a clear documented, auditable paper trail for ownership and transfer of each part, from the OEM to the final vendor. Program Requirements: 1. Noun - F110 Fan Discharge Temperature T.2 Sensor (FDT) 2. NSN-INPUT: 2915-01-191-1818PR NSN-OUTPUT: 2915-01-485-7506PR 3. Part Number -INPUT: 1269M86P01 Part Number-OUTPUT: 1269M86P02 4. Application - F110-GE-100 5. NAICS - 336412 6. Estimated Quantity -360ea per year 7. Estimated Period of Performance - Basic Year: March 2014 - March 2019 Provide the following business 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 336412, 336413 (Small Business Size Standard 1000 employees or less) - U.S. or Foreign Owned Entity - Provide any recommendations and/or concerns. - Indicate whether your interest in this as a prime contractor or as a subcontractor. Capabilities: Is your company classified as a Small Business? If no, briefly describe your company's Small Business integration/utilization plan. The USAF does not have usage rights to the proprietary technical data for this commercially remanufactured Fan Discharge Sensor. As such, describe your company's capability and experience in obtaining technical data, engineering drawings, service bulletins, and manuals from the OEM. The Fan Discharge Temperature Sensor will be fully remanufactured IAW the procedures outlined in Tech Order (TO) Engine 5E6-3-112-3. Describe your company's capability to obtain and perform IAW this TO, listing any applicable previous experience. The Government will not provide a list of Designated Engineering Representative (DER) processes and procedures as these are proprietary to the developing contractor. As such, describe your company's capability to develop and formulate DERs. Describe your company's capability to utilize the following Government reporting tools: Commercial Asset Visibility (CAV), Comprehensive Engine Management System (CEMS), Interim Contractor Support (ICS) Parts Usage and Maintenance Data Collection Report, and AFMC Form 413 (Depot Maintenance Production Report). Provide a description of any applicable previous experience in utilizing these tools. Hardware Production Questions: Oklahoma City Air Logistics Center (OC-ALC) will only test and check the Fan Discharge Temperature Sensor.What is your company's current maximum production capacity per month? What is your company's current and/or estimated Turn Around Time (TAT) for full remanufacture of each Fan Discharge Temperature Sensor? Provide information on any facility reserves you may possess to increase production capacity and/or reduce TAT in the event of an immediate need due to critical operational mission requirements. Engineering Questions: Describe your company's capability to fully restore all Fan Discharge Temperature Sensors "as new" condition. Describe your company's capabilities to perform visual inspections upon receipt for any shipping/packaging damage. Describe your company's capability to do possible reverse engineering. Describe your company's capabilities to perform visual inspections upon receipt of the Fan Discharge Temperature Sensors to be remanufactured to determine serviceability or reparable condition using the TO. 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 or questions to the primary point of contact below: Please note: Emails containing file types such as:.zip,.xlsx,.docx, or other macro-enabled extensions, may not be delivered to the intended recipients. Contracting Office Address: AFSC/PZAAB 3001 Staff Drive Tinker AFB, OK 73145 United States Primary Point of Contact: Billie Kindschuh Contracting Officer Billie.Kindschuh@tinker.af.mil Phone: 405-734-4631
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA8122-13-R-0034/listing.html)
 
Place of Performance
Address: Tinker AFB, Tinker AFB, Oklahoma, 73145, United States
Zip Code: 73145
 
Record
SN03081950-W 20130608/130606235740-fcfe5e90b1a26eb06064097bbadaefca (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.