Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 24, 2016 FBO #5357
SOURCES SOUGHT

61 -- Supplies - ALE-50 Cable Assembly

Notice Date
7/22/2016
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, PK/PZ - Robins AFB, 215 Page Rd, Robins AFB, Georgia, 31098-1611, United States
 
ZIP Code
31098-1611
 
Solicitation Number
FA8522-16-Q-RFI00728
 
Archive Date
7/22/2017
 
Point of Contact
Erin C. Perdue, Phone: 4789267083
 
E-Mail Address
erin.perdue@us.af.mil
(erin.perdue@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
I. BACKGROUND This is not a solicitation but rather a Request for Information (RFI) to determine potential sources for information and planning purposes only. This request does not constitute a Request for Quotation (RFQ), Request for Proposal (RFP) or an Invitation for Bid (IFB), nor does this issuance restrict the Government's acquisition approach. There is no solicitation available at this time. Contractor proposals will receive no response. The Government will neither award a contract solely on the basis of this synopsis nor will it reimburse the contractor for any costs associated with preparing or submitting a response to this notice. All submissions become Government property and will not be returned. The purpose of this RFI is to conduct market research to determine if responsible sources exist and to assist the United States Air Force (USAF) in determining if a future contract effort can be competitively awarded and/or awarded on a total or partial Small Business Set-Aside basis. The applicable North American Industrial Classification System ( NAICS) code assigned to this effort is 336413 (Aircraft assemblies, subassemblies, and parts (except engines) manufacturing) with the Small Business Size Standard of $20.5 Million average annual receipts. If the Government decides to award a contract for this or related effort, a solicitation will be published and posted on the Federal Business Opportunities website. The Government will use this information solely to determine the appropriate acquisition strategy for this procurement. The Government is interested in all small business concerns. II. PURPOSE: AFSC/PZABB is seeking external sources that may possess the expertise, capabilities, and experience to meet the requirements for qualification and manufacture of the ALE-50 B-1 Cable Assembly. The principal purpose of a planned future contract will be to obtain manufacture of the ALE-50 B-1 Cable Assembly for current and 2 out year spares requirements to satisfy requirements for multiple Air Force customers. The Cable Assembly is currently applicable to the B-1B aircraft. See specific submission requirements in Section III of this RFI. Teledyne Reynolds Incorporated is currently the approved source for the production of the ALE-50 B-1B Cable Assembly (NSN 6150-01-474-6532EW). Teledyne Reynolds Incorporated owns the technical data for the qualification and manufacture of the cable assembly. The Government does not possess the technical data or intellectual property for the ALE-50 program or its respective components. Parties expressing interest in this requirement must have the capability to access pertinent technical data needed for qualification and production. Interested parties must also be able to produce the cable assembly in accordance with applicable drawings, data, and engineering requirements and provide to the Government (or designated inventory) in serviceable condition that meets or exceeds the manufacturer's specifications. Interested sources may identify their interest and capability to respond to the requirements. Interested sources must maintain facilities and cleared personnel for producing, handling, storing, and maintaining information and operating systems with security classifications up to and including Secret. Interested parties must be capable of providing production status on a monthly basis and must be capable of addressing deficiencies through Joint Deficiency Reporting System (JDRS), in accordance with the USAF Deficiency Reporting, Investigation and Resolution Process (ref. T.O. 00-35D-54). III. SUBMISSION REQUIREMENT Interested parties are encouraged to participate in this RFI for the ALE-50 B-1 Cable Assembly as described. Interested parties must provide documentation that supports your company's capability to meet the anticipated requirements listed in this RFI. Section IV includes a tentative list of expected production quantities under any future spares buys contracts issued by AFSC/PZABB for the ALE-50 B-1B Cable Assembly. The RFI response must include the following information at submittal in order to be considered by the agency: 1) Business Information.. Provide the following business information: a) Company Name b) Statement as to whether company is domestically-owned or foreign-owned (if foreign owned, indicate the country of ownership) c) Business Size Status (Large Business, 8(a), Small Business, HUBZone, Woman-owned, etc.) d) Address e) Commercial and Government Entity (CAGE) Code f) NAICS Code g) Point of Contact h) Phone Number i) Email Address j) Web Page Uniform Resource Locator (URL) k) Facility Security Officer Name, Address, Phone Number, and Email address* *United States (US) Department of Defense (DoD) Security Clearance is a mandatory requirement since parts of the subject program are classified. l) Is your company registered in the System for Award Management (SAM)? (Yes / No) 2) Past Experience. Submit the following data to show your past experience producing, developing, managing, supporting, and repairing the ALE-50 B-1 Cable Assembly on prior contracts with the US Government or State Government, similar in complexity to the requirements of Section II: a) Contract Number b ) Brief description of work scope c ) Period of Performance d) Customer Agency e) Government POC (Contracting Officer or Program Manager) 3) Teaming/Subcontracting Arrangements. If teaming/subcontracting arrangements are proposed, then provide: a) Clearly delineate proposed teaming/subcontracting arrangement b) Describe previous experience in teaming, particularly with proposed teammates e) State if teaming/subcontracting was arranged in support of a Government contract or a commercial contract. d) Clearly explain how the stated requirements will be met via teaming/subcontracting while maximizing opportunities for small business participation in accordance with FAR Part 19 4) Technical Information. Please ensure response addresses the following technical concerns: a) Clearly state if respondent currently possesses or otherwise can obtain access to the technical data required to support production of the ALE-50 Cable Assembly. b) Clearly describe scope of the respondent's experience related to ALE-50 B-1Cable Assembly production; c) List facilities specifications that will be used along with their capability and capacity per year for production d) Intimate knowledge of the ALE-50 cable assembly, including areas such as fault isolation/repair/product acceptance processes, projected parts/materials usage and the necessary special test equipment e) A successful supplier is required to warrant that the item will satisfactorily perform when used for the purpose intended by the agency. Provide anticipated ALE-50 cable assembly warranty terms. f) Clearly state if respondent is capable of providing maintenance/production status on a monthly basis g) Clearly state if respondent is capable of addressing deficiencies through Joint Deficiency Reporting System (JDRS), in accordance with the USAF Deficiency Reporting, Investigation and Resolution Process (ref. T.O. 00-35D-54). The capability statement submitted in response to this RFI must be submitted as follows in order to be considered by the agency : 1) Responses must be submitted to Erin Perdue, Contracting Officer, AFSC/PZABB at erin.perdue@us.af.mil no later than 4:00 PM Eastern, Friday, 8 August 2016. Late submissions will not be considered. 2) Files may not exceed 5 MB and must be submitted in Adobe PDF format. 3) If the response includes proprietary information, mark the information in accordance with regulatory guidance. 4) Please do not include company brochures or other marketing information. All correspondence related to this RFI must be submitted electronically; phone calls will not be accepted. Correspondence regarding this RFI may be submitted to Erin Perdue, Contracting Officer, AFSC/PZABB at erin.perdue@us.af.mil NLT 4:00PM EST, 5 August 2016. IV. TECHNICAL INFORMATION The following is a table of potential Cable Assembly spares production: Noun NSN Part Number AMC/AMSC (Expiration Date) Basic Out Year 1 Out Year 2 B-1B Cable Assembly 6150-01-474-6532EW G632985-1 3/R 15 5 5
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/FA8522-16-Q-RFI00728/listing.html)
 
Record
SN04192839-W 20160724/160722234306-c719e5377ae2975a8dffc02ec7a98d8d (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.