Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 12, 2016 FBO #5284
SOURCES SOUGHT

15 -- F16 Service Life Extension Program (SLEP) Production

Notice Date
5/10/2016
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC / AFSC / AFNWC - HILL AFB, ., Hill AFB, Utah, 84056, United States
 
ZIP Code
84056
 
Solicitation Number
FA823217R_F16_Service_Life_Extension_Program
 
Archive Date
5/10/2017
 
Point of Contact
Eric A. Dumpert, Phone: 801-777-5964, Nathan P. Lee, Phone: 8017754928
 
E-Mail Address
eric.dumpert.1@us.af.mil, nathan.lee.3@us.af.mil
(eric.dumpert.1@us.af.mil, nathan.lee.3@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
SOURCES SOUGHT SYNOPSIS: SOLICITATION NUMBER: NOTICE TYPE: FA8232-17-R-F16 Service Life Extension Program Request for Information TITLE: F-16 Block 40-52, C and D-model; F-16 Legacy Structural Service Life Extension Program (SLEP) Production Planning and Market Research •1. NOTICE: This is not a solicitation, but rather a Request for Information (RFI) letter to determine small business technical capabilities and risk to support the F-16 SLEP structural modification production kits contract. •2. Program Overview: The F-16 SLEP intends to extend the structural service life of Block 40-52, C and D-Model F-16 aircraft by installing structural modifications onto the airplane between Fiscal Year 2019 and Fiscal Year 2026. The current requirement for the United States Air Force is to extend the service life of up to 300 aircraft; however, Foreign Military Sales (FMS) customers may also procure modification kits through this effort as well. •3. Purpose of RFI: The purpose of this RFI is to provide the Government with sufficient information to determine whether it should pursue a Small-Business Set Aside for the acquisition of production modification kits. This RFI is not an indication that the Government is committed to a Small-Business only competition. Rather, the Government seeks to understand the capabilities of Small Businesses for fulfilling a Prime Kit Integrator role. This role includes all functions necessary to deliver the final modification kit in accordance with the associated specifications defined in the updated Government-provided Statement of Work (SOW), and previously released Technical Data Package (TDP). Note: The Government intends to procure all tooling outside of this competitive modification kit procurement effort, and therefore, has removed this requirement from the SOW. Because of the potential involvement of foreign customers, international participation at the prime contract level is permitted (AFFARS 5305.204). •4. Applicable Small/Disadvantaged Businesses: The Government is interested in all Small Businesses to include 8(a); Service-Disabled Veteran Owned; HubZone; and Women-Owned Small Business. •5. Requested Information: The Government seeks to understand the capabilities, risk, and past performance of interested parties that is comparable to the responsibilities of a prime kit integrator as defined in the SLEP SOW. Therefore, the Government requests interested parties submit a minimum of three (3) examples of contracts, which represent similar complexity and risk as the SLEP effort. Additionally, the interested party should highlight the role they played/supported as a prime kit integrator, to include: sourcing and management of component manufacturers; parts suppliers of structural components and consumable items; and capabilities surrounding kit assembly, IUID marking, and logistics support operations (e.g., packaging, shipping, etc). In accordance with the aforementioned, interested Small Businesses should provide: •a. For Government Contracts • i. Contract Numbers and corresponding SOW, or equivalent, and • ii. Detailed description of your role/responsibilities •b. For Non-Government Contracts • i. Submit the contract and corresponding SOW, or equivalent, and • ii. Detailed description of your role/responsibilities and overall contract value •c. Potential areas of concern or risk that small businesses identify in the SOW, TDP, or milestone schedule, which could help the Government team improve the overall requirement and provide greater flexibility and responsiveness for small businesses, under this effort. •d. In addition, please provide applicable NAICS/PSC codes and associated small business status for each code. The Government is considering a set-aside under one of the following manufacturing NAICS. • i. 336413 - Other Aircraft Parts and Auxiliary Equipment Manufacturing • ii. 336411 - Aircraft Manufacturing • iii. 332510 - Hardware Manufacturing The Government is also considering a limited number of site visits in the next 60-90 days to assess small business capabilities, risk, and capacity. Therefore, the above requested past experience/performance information is very important in assessing small businesses and selecting potential site visit locations to perform additional market research. Site visit selection, or non-selection, is not an indication of a company's capabilities or potential to be a successful offeror. The Government cannot visit all interested companies; therefore, the program team intends to identify "representative" small business companies to conduct market research and help evaluate risk in a small business set-aside environment. •6. Reference Documentation: •a. Attached Documents: • i. Milestone Schedule (Draft) • ii. Updated - Statement of Work (Draft) •b. Documents Available upon Request: Due to the size of these files and foreign disclosure restrictions, all interested parties must submit a written request (email will suffice) to the contracting officer. • i. (Draft) Government Technical Data Package •1. Vendors must meet 2 requirements to receive these files: •a. Be registered in SAM (System for Award Management), and •b. Be approved by the Government Foreign Disclosure Office (FBO). •2. Files will be transferred electronically via AMRDEC SAFE (Secure Access File Exchange). •3. The TDP is provided solely for informational purposes; receiving parties shall not share and distribute this information to organizations outside of the receiving party or be used for other business ventures other than those defined in the FBO request without the written consent of the contracting officer. •7. Government Correspondence: Please provide RFI responses, relevant questions, or TDP data requests to Mr. Eric Dumpert at eric.dumpert.1@us.af.mil not later than 27 May 2016.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FA823217R_F16_Service_Life_Extension_Program /listing.html)
 
Record
SN04111478-W 20160512/160510234456-c01e61d5ff2d9b5bf923625ec390ff0f (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.