SOURCES SOUGHT
29 -- Quick Engine Change (QEC) Water Vapour Resistant (WVR) engine preservation bags - Sources Sought Document
- Notice Date
- 4/15/2014
- Notice Type
- Sources Sought
- NAICS
- 314910
— Textile Bag and Canvas Mills
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFLCMC/PK - WPAFB (includes PZ, WL, WW, WI, WN, WK, LP, WF, WK), 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218, United States
- ZIP Code
- 45433-7218
- Solicitation Number
- FA8625-14-C-6457
- Archive Date
- 5/15/2014
- Point of Contact
- Michelle Davidson, , Todd Kocher,
- E-Mail Address
-
michelle.davidson.4@us.af.mil, todd.kocher@us.af.mil
(michelle.davidson.4@us.af.mil, todd.kocher@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Sources Sought for Quick Engine Change Water Vapour Resistant Bags SOURCES SOUGHT (Not a Notice of Solicitation) This is a Sources Sought Synopsis. There is no solicitation available at this time. The Sources Sought Synopsis is published for Market Research purposes only. The United States Air Force, Air Force Life Cycle Management Center, C-130J Division, Wright-Patterson AFB, Ohio is seeking to identify potential sources possessing the expertise, capabilities, and experience needed to meet the requirement for a quantity of 40 Quick Engine Change (QEC) Water Vapour Resistant (WVR) engine preservation bags to be used for shipping and storing initial spare engines procured for the fleet as well as options to procure additional bags for five years. The WVR bags required must comply with the following specifications: Ø The WVR engine bag is unique in size and shape to the C-130J QEC. Ø The humidity level within the WVR Bag must be sustained at a level below 40% relative humidity. Ø The bags are NATO codified according to type and color. Ø The WVR bag material has a rated temperature envelope of -65°F to +120ºF and eliminates cracking at sub-zero temperatures. Ø The WVR bag is manufactured and fitted as a complete element. Ø Integrally welded zip seals. Ø The Integral welded zip seals are welded in a horizontal direction rather than a circumferential direction to avoid a welded butt joint seam to close each end of the zip-seal. Ø A separate zip seal is welded into the rear tail pipe section of the bag to allow access to the turbine thermocouples without having to remove the QEC and the complete bag from the transport trolley. Ø Attachment straps to assist with closing of the Integral welded zip seals. Ø Two off porthole covers are fitted into each of the front and rear sections of the WVR bag with screw on sealed lids. Ø An internal desiccant sachet-retaining bag is incorporated as part of the FRONT and TAILPIPE bag sections. Each bag needs to be permanently fitted and designed to allow the desiccant sachets to be held in place once installed. Ø The design of the desiccant sachet-retaining bags incorporates a solid base area and sides which act as a retaining compartment as well as a catchment/ barrier zone to prevent the desiccant coming into contact with QEC components if any of the sachets are damaged or leaking. The top area consists of an open mesh design, which allows the moist atmosphere to circulate and be removed using the installed desiccant sachets. Ø When installed the upper section of the bag can be rolled and fixed with a single snap buckle to allow access to the QEC mounting bolts when positioned for installation on the transport dolly. Ø Two one-way purge valves installed into each porthole cover, one for the nacelle intake and one for the tailpipe section. This arrangement is for nitrogen purging or connection of the optional Thermo-hygrometer. Ø The purge valves are sealed into the removable porthole cover and are secured with a locking ring. Ø The purge valve can be coupled to a 'Purging valve/hygrometer adaptor'. The adaptor can accommodate a thermo-hygrometer probe to test the relative humidity or connected to a Nitrogen source to leak test and purge the QEC/WVR bag. When the adapter is unscrewed the purge valve closes airtight. Ø The WVR bag needs an Integral pressure relief valve fitted, set at 0.5 psi (3.5 kPa). This ensures the WVR bag is not over pressurized when subjected to variation in atmospheric pressure or temperature, enabling safe transport at altitude and transfers between Hot-Cold climates. Ø A clear aperture panel to view and store the QEC records documents. Ø Fitted to the side of the bag is an accessible porthole; to view the humidity indicator paper or as an alternative method, an electronic Hygrometer with a digital display and an LED alarm for continual monitoring of the WVR bag internal condition. The bag needs to have the specific port and seals required to be used with the existing Thermo-Hygrometer P/N TH/M652H1. Ø The WVR material has an excellent resistance to aviation fuels and lubricating oils. Ø Integral welded four-point mounting pockets for each of the polyurethane type seals at each of the QEC attachment points. Ø Each WVR bag is individually serial numbered for traceability. Ø Each WVR bag is contained and supplied within a fabric lightweight transport bag. We have an urgent need for these engine bags all interested firms must be able to deliver a qualified engine bag within 75 days after contract award. All interested firms shall submit a capabilities package that explicitly demonstrates company capabilities, knowledge, and experience with specialized environmental protection engine bags. Capabilities package should discuss specific examples of work performed as it directly pertains to this specific requirement, outlined herein to the Primary Point of Contact listed below. As stipulated in FAR 15.201(c) (5), responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. This is solely a technique to promote early exchanges of information. 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 a small or other than small business. If a small business, please specify the type (e.g. SDVOSB, HUBZone, 8(a), SDB, WOSB, EDWOSB, VOSB, etc.). Firms must qualify as a small business in accordance with the definitions in FAR 2.101. NAICS Code to be used for this acquisition is 314910; Size Standard less than 500 employees. The Government reserves the right to consider a set-aside based upon responses hereto for any subsequent acquisition. FAR 52.219-14, Limitation on Subcontracting will apply if this acquisition is set aside for small business. Therefore, small businesses that want to be considered for a small business set-aside must demonstrate how they could comply. Respondents are further requested to indicate their status as a Foreign-owned/Foreign-controlled firm and any contemplated use of foreign national employees on this effort. 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),WOSB, etc.). Responses may be submitted electronically to the following email address no later than 5:00PM Eastern Standard Time, 30 April 2014: michelle.davidson.4@us.af.mil. Please direct all questions concerning this sources sought to Michelle Davidson at the above email address. Ms. Jill Willingham, AFLCMC/AQP, Wright-Patterson AFB, OH, 45433, has been appointed as Ombudsman to hear concerns from offerors, or potential offerors, during the proposal development. The purpose of the Ombudsman is to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. Existence of the Ombudsman does not diminish the authority of the program director or the contracting officer. Accordingly, the Ombudsman does not participate in the preparation of solicitations, the evaluation of proposals or the source selection process and, therefore, for routine matters on individual solicitations, please contact the buyer at the telephone number listed herein. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. Should you desire to contact the Ombudsman, Ms. Jill Willingham can be reached at (937) 255-5472, e-mail: jill.willingham@wpafb.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8625-14-C-6457/listing.html)
- Record
- SN03339769-W 20140417/140415235707-4eb64b969fb3fe6ab4bac503999f37be (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 |