SOURCES SOUGHT
16 -- B-1 Wing Sweep Integrated Support - B1 WIng Sweep NSN Population
- Notice Date
- 6/25/2015
- Notice Type
- Sources Sought
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Aviation - BSM, 8000 Jefferson Davis Highway, Richmond, Virginia, 23297-5000, United States
- ZIP Code
- 23297-5000
- Solicitation Number
- SPRPA1-15-R-008U
- Archive Date
- 8/31/2015
- Point of Contact
- Edward Morlock, Phone: 215-697-6539, Timothy L. Durepo, Phone: 215-697-4339
- E-Mail Address
-
Edward.Morlock@dla.mil, timothy.durepo@dla.mil
(Edward.Morlock@dla.mil, timothy.durepo@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- Population of NSN covered under this effort This notification is for market research purposes only to identify if other potential sources of supply can meet the requirements of the Department of Defense for providing an integrated approach to support the B-1 Wing Sweep program. This is not a request for proposals, quotes or an invitation for bid. The Defense Logistics Agency (DLA) seeks information that will be used to determine if any source other than the OEM, The Boeing Company, exists to designate this effort as a competitive acquisition. The proposed North American Industry Classification Systems (NAICS) code is 336413 which has a corresponding size standard of 1000 employees. 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 8(a), Service-Disabled Veteran-Owned, Hubzone, 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. This notice is for information and planning purposes only and does not constitute an RFP or commitment by the Government. DLA Aviation at Philadelphia will be the contracting activity for this requirement. DLA has identified a requirement for program management, detailed engineering support and coordinated delivery of up to 175 consumable parts of the pivot portion of the B-1 Wing Sweep that require. A one-time replacement of these parts will occur across the entire fleet of 62 B-1B aircraft over a five year period during Programmed Depot Maintenance (PDM). The prototype is anticipated to take place in April 2017 and full rate replacement in October 2017. The B-1 Wing Sweep Hardware was originally produced by North American Rockwell, which was purchased by Boeing in 1996, thereby becoming the OEM. This effort contemplated to be procured from Boeing, under the authority of FAR 6.302-1, will be required to provide comprehensive support of the program. Due to the age of the weapon system, drawings are no longer up-to-date; tooling is no longer available or un-useable; materials may be obsolete and the vendor base has significantly diminished since the parts were last purchased. DLA lacks sufficient technical data to compete effectively and Boeing, as the B-1 OEM, possesses the technical capability and data to produce these items. The integrated approach to supporting the B-1 Wing Sweep program enables DLA to meet Air Force planning timeframes and reduces the risk of impact to the warfighter. The contract is planned as a Fixed Price action against the Boeing Captain of Industry contract (SPRPA1-14-D-002U), which is strategic in nature and will be the primary vehicle for procurement of a wide range of supplies. Performance will be for a five year base period. A full list of NIINs and the respective FSCs is attached. Please provide any anticipated teaming arrangements, along with a description of similar support offered to the Government and to commercial customers for the past three years. Any responses involving teaming arrangements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. Entities seeking to become an approved source of supply for any of the items covered by this notice should note that the time required for approval of a new source is normally such that an award cannot be delayed pending approval of a new source. Sources that are not approved for manufacture of these items must obtain source approval from the Government. Please note that if the evaluation of source approval requirements precludes the ability to obtain subject items in time to meet Government requirements, award of the subject requirement may continue based on support needs. Please provide the following business information in your response: Company Name, Address, CAGE Code, Point of Contact, Phone, Email and web page URL if available. Also please describe what small business type or category you represent. Any responses to this PSS should include responses to the following: a) A one page company profile to include Company name, address, point of contact (including telephone number and email address), Small Business Administration (SBA) business size classification (i.e. large, small, small disadvantaged, service disabled, veteran owned, HUB Zone, etc.), number of employees, Cage Code, DUNS number, NAICS Code, major products, primary customer base, statement on whether your interest in this sources sought is for the purpose of becoming the prime offeror or to inquire about subcontracting possibilities, and points of contact who are able to discuss the materials submitted. b) A description of your company's past experience and performance of similar contracts for aircraft primary and auxiliary fuel systems and component, including whether any of the contracts have CPARs ratings. Specify whether you are qualified to manufacture any of the components listed in this announcement or similar systems/components. Then if so, by whom are you qualified and for what system/component? This description shall address and demonstrate, through prior and/or current experience, an understanding of Aircraft system/component procurement. c) What quality control measures do you currently have in place (ISO 9000, 9001, AS9100, NADCAP (National Aerospace and Defense Contractors Accreditation Program)? d) Describe your experience with Government Source Inspection, Critical Safety Items, and other OSHA standards. e) A summary of your company's capability and approach to meet the system/component requirements identified in the attachment to this announcement. f) Any other information your company deems necessary to aid the Government in refining its acquisition strategy and assessing your company's capability. To be considered, please submit detailed technical data in order for the Government to conduct a comprehensive evaluation of your product or capabilities to ensure compatibility with the existing systems. In accordance with FAR 15.201(e), a response to this notice is not an offer and cannot be accepted by the Government to form a binding contract. The responder is solely responsible for the information it submits and any associated costs. The Government reserves the right to disregard any submittal that is incomplete or that is vague. Please do not submit your company brochures. Disclaimer THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS PSS OR TO OTHERWISE PAY FOR THE INFORMATION SOLICITED. This PSS is issued for information and planning purposes only and does not constitute a solicitation. All information received in response to this PSS that is marked Proprietary or competition sensitive will be handled accordingly. Responses to the PSS will not be returned. The responses to this notice are not an offer and cannot be accepted by the Government to form a binding contract. The Government reserves the right to reject, in whole or in part, any contractor's input resulting from this PSS. Responders are solely responsible for all expenses associated with responding to this PSS. Interested sources should contact DLA Aviation by July 9, 2015 for further information. Inquiries should be directed to the Contracting Officers, Ed Morlock, Code APE, and Tim Durepo, DLA Aviation - APE.11, Robbins Ave., Philadelphia, PA 19111.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCR-BSM/SPRPA1-15-R-008U/listing.html)
- Place of Performance
- Address: Tinker AFB, Oklahoma, United States
- Record
- SN03777211-W 20150627/150626000346-50b1ed36f50f4eb690be3babd365a46f (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 |