MODIFICATION
15 -- Engine B-52 Bypass Airflow Ducts
- Notice Date
- 10/8/2013
- Notice Type
- Modification/Amendment
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment 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
- FD203012-36573
- Archive Date
- 12/31/2012
- Point of Contact
- 424 SCMS Engineering,
- E-Mail Address
-
424.SCMS.AFMC.RFI.Responses@tinker.af.mil
(424.SCMS.AFMC.RFI.Responses@tinker.af.mil)
- Small Business Set-Aside
- N/A
- Description
- The United States Air Force, Tinker AFB, Oklahoma is seeking additional potential sources that are capable of overhauling Engine Bypass Airflow Ducts used on the B-52 aircraft. The ducts are an assembly primarily made up of multi-contoured formed sheet, plate, extruded and cast aluminum components assembled using permanent fasteners. There are 6 unique ducts up to approximately 50" X 30" X 30" in size. Their function is to align and direct airflow from the engine fan blades to provide thrust. Overhaul of the bypass ducts is currently sole source to a contractor that has developed its own proprietary processes for reassembly of the ducts to ensure conformance to original manufacturing tolerances and fit requirements. Firms responding shall specify that their services/capabilities meet the specifications provided below, and provide detailed product information to show clear technical compliance. The required minimum capabilities/requirements for these structural components are: 1. Quality system requirements: a. AS9110 Certification (or equivalent) b. All special processes performed by organizations maintaining current NADCAP approvals for relevant special processes (non-destructive inspection, welding, heat treat, coatings, etc.) 2. Ability to fabricate or procure large complex formed sheet, plate, extruded and cast aluminum structural parts to meet drawing requirements. 3. Ability to develop overhaul assembly tooling or processes using 3-D metrology equipment from original assembly two-dimensional drawing data. 4. Ability to assemble complex aircraft structural components while maintaining precision tolerances to insure interchangeability and fit of the assembly. 5. Maintains a corporate cost accounting system that meets the requirements of Defense Contract Management Association (DCMA) or Defense Contract Audit Agency (DCAA). The associated NSNs for these ducts are as follows: NSN: 1560-00-795-4375FG/ PN: 35-8270-501 NSN: 1560-00-795-4376FG/ PN: 35-8270-502 NSN: 1560-00-775-3339FG/ PN: 35-8271 NSN: 1560-00-775-3340FG/ PN: 35-8272 NSN: 1560-00-775-3341FG/ PN: 35-8275-1 NSN: 1560-00-775-3342FG and/or 1560-00-733-4168FG/ PN: 35-8275-2 and 35-8275-518 respectively Interested firms would have to be willing to engineer their own assembly tooling and/or processes at their expense and prove that the capabilities developed result in finished assemblies that meet original drawing tolerances. Interested firms are requested to provide details of completing similar efforts for complex aircraft structural assemblies. All interested firms shall submit a response demonstrating their capabilities to produce the requested equipment to the primary point of contact listed below. As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. Firms responding should indicate whether they are, or are not, a small business, a socially and economically disadvantaged business, or a woman owned business. The general definition of a small business is one that is independently owned and operated, is not dominant in the field of operation in which it is proposing on Air Force contracts and with its affiliates; and the number of employees is not to exceed 500. NAICS Codes to be used for this acquisition is 336411 and 336413. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent acquisition. Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not individually be notified of the results of any government assessments. The Government's evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business designation (e.g. SDVOSB, HUBZone, 8(a), SDB, WOSB, VOSB, etc.). Capabilities package: All interested firms shall submit a capabilities package that explicitly demonstrates company capabilities - indicating examples of commercial sales - and product specifications related to this effort. Responses may only be submitted electronically to the following e-mail address : 424.SCMS.AFMC.RFI.Responses@tinker.af.mil. NO PHONE CALLS.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FD203012-36573/listing.html)
- Record
- SN03213437-W 20131010/131008234301-49668183955caa2d22785ccb2cd33702 (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 |