Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 15, 2016 FBO #5440
MODIFICATION

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

Notice Date
10/13/2016
 
Notice Type
Modification/Amendment
 
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
5/31/2018
 
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) Small Business Set-Aside NOTICE: This is not a solicitation, but rather a letter of notification to industry of the Government’s intent to set-aside the F-16 SLEP modification kit integrator contract to small business. 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. For the last 9 months, our market research was focused on assessing small business interest, capabilities and risk in performing the modification kit integrator role for production. This effort is now complete, and it is our opinion that sufficient small business interest and capability exits to competitively award the kit integrator contract within reasonable fair market value (FAR Part 19.5). Purpose of RFI: The purpose of this RFI is to inform industry of our intentions to set-aside the F-16 SLEP Mod Kit Integrator contract (in full) for “all” small business concerns (FAR Part 19.502-2), and move our acquisition strategy and planning activities in direct support of that effort. Based on FAR 25.401(a), this acquisition being a small business set aside, foreign participation is not allowed 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. 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. This acquisition will utilize the Code of Federal Regulation size regulation 13 CFR 121.406. Requested Information: The Government does not require a response to this notification. Additional Information: The Government intends to award the modification kit integrator contract under PSC: 1560 (Airframe Structural Components), and NAICS: 336413 (Other Aircraft Parts and Auxiliary Equipment Manufacturing). The contract may be awarded to a kit assembler as the prime provided that the awardee meets the kit assembler small business size standard of 500 employees. Therefore, interested vendors must be cognizant of all applicable small business size requirements established by the Small Business Administration, as well as work performance requirements defined under FAR Part 52.219-14 for this contract. The Request for Proposal will require offerors to clearly identify how they meet these requirements to be considered for award. As this is a small business set-aside, as per 13 CFR 121.406, more than 50% of the value of the contract must be going to small business. The small business size standard for NAICS 336413 is 1,500 employees. The awardee may meet the 50% rule by subcontracting to other small businesses that meet their NAICS small business size standard. Tentative Schedule of Events: Release Draft RFP 16 Dec 2016 (not later than) Host Industry Day (Small Business) TBD (Tentative Jan 2017) Release Formal RFP Working to accelerate to Jun 17 Proposals Due 30 days after RFP Release Contract Award Jan 2018 (not later than) The SLEP team is working to release a PDF version of the technical data package, along with an Excel formatted Master Kit Parts List (MKPL) with the Draft RFP release in December. Due to the extensive long-lead Aluminum-Lithium (Al-Li) manufacturing times, the program team is considering a strategy to acquire the first years Al-Li requirement and deliver rolled plate (as Government Furnished Property) to the modification kit integrator awardee, in an effort to expedite the manufacturing of the 16B6224-35, FS479 bulkheads. Feedback on this strategy is not required, but welcomed. The Government intends to require offerors to be “qualified manufacturing sources” at the time of Final RFP release, or to clearly identify (through a subcontractor plan) the use of qualified sources for manufacturing of Critical Safety Items and manufactured parts. Due to the time constraints of this contracting effort, the Government will not accept the risk to qualify manufacturing sources following contract award. Therefore, the SLEP team is currently working two initiatives to help small businesses become qualified manufacturing sources, and/or for them to identify and locate qualified sources to partner with. 1) The SLEP team will accept Source Approval Requests (SAR), in support of the modification kit integrator effort, “directly” to the engineering focal point (“not” through DLA). If approved, the F-16 Engineering Support Authority (ESA) will work with DLA to update the qualified sources list. Please submit any questions or interest in this effort in accordance with paragraph 7 below. 2) The SLEP team is actively vetting the existing F-16 qualified sources lists of SLEP critical safety items with each vendor. We intend to release this updated list in the Draft RFP (Dec 16). The goal is to reduce the time and expense required for small businesses to identify qualified sources and establish partnering relationships to support proposal development. Government Correspondence: Please submit questions, comments, or information requests to Mr. Eric Dumpert at eric.dumpert.1@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FA823217R_F16_Service_Life_Extension_Program /listing.html)
 
Record
SN04303400-W 20161015/161013233946-d40fde779522ee381d40f599cba4c03b (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.