Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 30, 2015 FBO #4815
SOURCES SOUGHT

17 -- B-2 Engineering Services

Notice Date
1/28/2015
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
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
FA8119-15-R-0015
 
Point of Contact
Patricia L. Ramsey, Phone: 4057397594
 
E-Mail Address
patricia.ramsey@us.af.mil
(patricia.ramsey@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUEST FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. This request for information is in support of market research being conducted by the United States Air Force to identify potential sources and to determine if this effort can be competitive or a Small Business Se-Aside. Any information submitted by respondents to this request for information is strictly voluntary. As stipulated in FAR 15.201(e), 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. This request for information 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 statement 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. Service-Disabled Veteran-Owned Small Business (SDVOSB), Historically Underutilized Business Zone (HUBZone), 8(a) Small Disadvantaged Business, Woman-Owned Small Business (WOSB), Veteran-Owned Small Business (VOSB), etc.). The proposed North American Industry Classification Systems (NAICS) Code is 541330 which has a corresponding size standard of $38.5 million. The Government will use this information to determine the best acquisition strategy for this procurement. The Government is interested in all businesses to include: Large Businesses, Small Businesses, Small Disadvantaged Businesses 8(a), Service-Disabled Veteran-Owned Small Businesses, Hubzone Businesses, and Women-Owned Small Businesses. 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. The Government requests that any large business entities that respond to this request for information provide a list of small businesses that they typically team with for similar workloads. The Government also requests that any large business entities provide a historic breakdown of what fraction of workload has been subcontracted to small/disadvantaged businesses for previous workloads of this type. This request for information is to notify companies that the United States Air Force, Tinker AFB, Oklahoma is seeking potential sources that are capable of providing engineering/technical services to support B-2, D-ILS Air Traffic Control Approach and Landing Systems, and AGM-86 navigation systems. Respondents must be capable of providing original design activity engineering/technical support for all of these applications. The contractor shall be capable of providing engineering/technical services to include, but not limited to: 1. Qualifying new competitive sources of supply - with emphasis on qualifying small businesses 2. Analyzing design limit data for use in repair and new build requirements 3. Resolving diminishing manufacturing sources and material shortages (obsolescence) 4. Developing fabrication/repair procedures from engineering design data 5. Developing fabrication/repair fixtures from engineering design data 6. Evaluating damage, corrosion, wear, and aging 7. Evaluating repairs 8. System integration 9. Developing technical order source data from engineering design data 10. Preparing technical and risk analyses of candidate obsolescence solutions which will be presented to weapons systems' chief engineers for approval 11. Developing test plans for applicable flight test requirements Additionally, any potential source(s) shall be required to possess any necessary license agreements with the original equipment manufacturer (OEM), Northrop Grumman, to obtain access and rights to all required data, including military specific modifications. Any potential source must have access or can obtain access, and the rights to access, Northrop Grumman internal data systems to retrieve weapon system design data. Additionally, any potential source must have a licensing agreement with Northrop Grumman that authorizes issuing Northrop Grumman proprietary data to lower tier sources. Note that the Government currently has no data rights agreement with Northrop Grumman to furnish non-Government owned data to other corporate entities. The contractor must meet the following additional requirements: 1. AS9110 certification (or equivalent) 2. Facilities (manufacturing, laboratory, warehouse, and offices) where the work will potentially be performed must be secure, and be able to meet the requirements for SECRET programs (DoD5200.01 and DoD 5220.22). 3. Employs only individuals who can pass a Defense Investigative Service background check required for a SECRET clearance. 4. Maintains a corporate cost accounting system that meets the requirements of DCMA and/or DCAA. 5. Must not be owned (directly or indirectly) by a foreign company(ies) or individual(s) for the duration of any potential Government contract. The contractor may be responsible for recurring and nonrecurring engineering services associated with becoming a qualified source. The contractor may be responsible for supply chain management, logistics, forecasting of parts, long-lead parts procurement, repairable forecasting, obsolescence issues, and delivery of serviceable assets. The specific requirement consists of, but not limited to, the following commodity type items used on B-2, D-ILS Air Traffic Control Approach and Landing Systems, and AGM-86 weapon systems for which Northrop Grumman is the original equipment design activity, or the original design specification activity, or the items exist under a Northrop Grumman Proprietary Limited Rights legend: 1. B-2 Structural 2. B-2 Electrical 3. B-2 Avionics 4. B-2 Mechanical 5. B-2 Low Observable and Advanced Composites Structures 6. B-2 Software Support 7. AGM-86 navigation guidance Systems 8. D-ILS Air Traffic Control Approach and Landing Systems 9. All other commodity items managed at Tinker AFB where: a. The original equipment design activity is Northrop Grumman b. The original design specification activity is Northrop Grumman c. Exist under a Northrop Grumman Proprietary Limited Rights legend All of the commodity type items that encompass this announcement are considered Line Replaceable Units (LRUs) - items that can easily be removed from an aircraft, or system, by maintenance personnel at forward operating locations. POC for technical questions or responses regarding this request for information is 424 SCMS AFMC RFI Responses, 424.SCMS.AFMC.RFI.Responses@tinker.af.mil. When sending questions/responses to this e-mail address, please include the words "B-2 Engineering Services - 2015" in the subject line of your e-mail. This announcement will be posted for six months.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA8119-15-R-0015/listing.html)
 
Record
SN03626736-W 20150130/150128234944-84e44295e736d94d2773923adc5ffc53 (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.