Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 24, 2017 FBO #5845
SOURCES SOUGHT

59 -- Supplemental Crimp Tool Kit

Notice Date
11/22/2017
 
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 Tinker AFB, 3001 Staff Drive, Ste 1AG76A, Tinker AFB, Oklahoma, 73145-3015, United States
 
ZIP Code
73145-3015
 
Solicitation Number
Supplemental_Crimp_Tool_Kit
 
Archive Date
12/23/2017
 
Point of Contact
William L. Loftis, Phone: 4057367489
 
E-Mail Address
William.Loftis@us.af.mil
(William.Loftis@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR INFORMATION (RFI) C/KC-135 Stratotanker Supplemental Crimp Tool Kit NSN 5180-01-627-2957 PURPOSE The AFLCMC/WKK, Legacy Tanker Contracting Office, Tinker AFB, OK, is conducting market research to identify potential sources that possess the expertise, capabilities, and experience to meet qualification requirements to produce the supplemental crimp tool kit ( NSN 5180-01-627-2957, P/N DMC2070-TDKA) for the Quadrax Ethernet connector on the C/KC-135 Block 45 Modification. The Government does not own or have access to the data for these items. The Government has determined that this tool is a commercial item with c ommercial item descriptions, commercial vendor catalog/price lists/ manuals and assigned a technical manual number apply. Contractor shall furnish all material, support equipment, tools, test equipment, and services. The contractor is responsible for providing, maintaining, and calibrating all support equipment required at their facility or a subcontractor's facility. Contractor furnished material or parts used for replacement shall equal or exceed the quality of the original material or parts. The current contractor supplying the crimp tool is Daniel's Manufacturing Corporation, PO Box 593872, Orlando, FL 32589-3872. Contractors/Institutions responding to this market research are placed on notice that participation in this survey may not ensure participation in future solicitations or contract awards. The government will not reimburse participants for any expenses associated with their participation in this survey. DESCRIPTION The Government's needs for manufacturing services are required in order to support the new Quadrax Ethernet plug for the Electronic Engine Indication Display (EEID) on the C/KC-135 Block 45 program. The Block 45 program removes 24 center instrument panel indicators and replaces them with a large glass EEID. The supplemental tool kit is required in order to support changing the EEID connector. The EEID interfaces with all of the old KC-135 legacy inputs as well as some new Ethernet inputs. One of the EEID connectors is a new style Quadrax Ethernet plug. The existing fielded C/KC-135 wire repair kit does not contain the necessary dies/tools to maintain this new connector, driving the requirement for a supplemental C/KC-135 crimp tool kit. This requirement is for manufacturing services. The projected quantities will be Best Estimated Quantities (BEQ) of 91 per year. RESPONSE Responses shall address: Estimated cost to build the kits and procuring the parts Kit delivery schedule/production quantities per month Description of parts if different from those desired by the Government Interested firms should also include the following in their response: · Company/Institute Name: · Address: · Point of Contact: · CAGE Code: •· Phone Number: •· E-mail Address: •· Web Page URL: · Size of business pursuant to North American Industry Classification System (NAICS) Code: Based on the above NAICS Code, state whether your company is: •· Small Business (Yes / No) •· Woman Owned Small Business (Yes / No) •· Small Disadvantaged Business (Yes / No) •· 8(a) Certified (Yes / No) •· HUBZone Certified (Yes / No) •· Veteran Owned Small Business (Yes / No) •· Service Disabled Veteran Small Business (Yes / No) •· Central Contractor Registration (CCR). (Yes / No) •· A statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership). Capability Survey Questions •A. General Capability Questions: •1. Describe briefly the capabilities of your facility and nature of the goods and/or services you provide. Include a description of your staff composition and management structure. •2. Describe your company's past experience on previous projects similar in complexity to this requirement. Include contract numbers, a brief description of the work performed, period of performance, agency/organization supported, and individual point of contact (Contracting Officer or Program Manager). •3. Describe your company's experience in repairing the Part Number/NSNs listed above that make up the Integrated Vehicle Health Management System (IVHMS). •4. Describe your company's capabilities for generating, handling, processing and storing classified material and data. •5. Describe your company's capabilities and experience in generating technical data, engineering drawings and manuals. Identify what software programs are utilized to generate these data products and what formats are available for delivered items. •6. What is your company's current maximum capacity per month for this particular type of requirement? Provide information on any facility reserves you may possess to increase capacity in the event of an immediate need do to critical operational mission requirements. •7. What quality assurance processes and test qualification practices does your company employ? Provide a description of your quality program (ISO 9001, AS9100, etc.). •a. Provide a detailed quality plan implementing AS9100 (or equivalent). •B. Commerciality Questions: •1. Is there established catalog or market prices for our requirement? •2. If you offer this product and/or service to both U.S. Government and commercial sources, is the same workforce used for both the U.S. Government and general public? •3. Is our requirement offered to both under similar terms and conditions? Briefly describe any differences. •4. Describe your standard warranty and return process for goods and services furnished to the government for items similar in nature to this requirement. •C. Manufacturing Questions •1. Describe your capabilities and experience in manufacturing with regard to the requirements of this effort. •2. Describe your capabilities and experience in developing/modifying manufacturing procedures. Include associated upgrade of technical orders and preparation of new technical orders. •3. Demonstrate your ability and experience in the manufacture of the same or similar components, which are currently utilized in the commercial or military environment by providing the following information on the same or similar items: •a) Contract Number •b) Procuring Agency •c) Contract Value •d) Number of assets shipped •4. Provide your commercial manual(s) or Acceptance Test Procedures (ATP) and your rights to these manuals and or ATP used in the manufacture and functional check of these or similar assets for Government Engineer review. •5. Describe your capabilities and experience in test, evaluation, and repair processes/procedures with regard to manufacturing items. •6. Describe your configuration management processes and how you identify and resolve parts obsolescence and diminishing manufacturing sources problems? •7. Describe your process for maintaining inventory records and reporting on hand/work-in-process balance and manufacturing status to your customer. •8. Include a detailed listing of facilities and equipment, including quantities, required to satisfy the requirements of this effort. •a. Provide an outline of the proposed process, including inspections. • i. State the type of test procedures are anticipated for this effort. • ii. State the type of inspection processes anticipated for this effort. •1. NDI/T. •2. Destructive testing/inspection. •9. How will your organization address the absence of drawings, specifications, technical data, test procedures, etc. •10. If the item cannot be manufactured in total, state what your organization can produce. •11. State any technology insertion ideas for the item that would be suitable for this effort. Submit responses (along with any supporting documentation) directly to: AFLCMC/WKK 3001 Staff Drive, Suite 2AH85A Tinker AFB, OK 73145-3020 Attn: Mr. William Loftis, Jr. Or, respondents may wish to respond to william.loftis@us.af.mil, PLEASE PROVIDE AN ELECTRONIC COPY OF SUBMITTED INFORMATION TO THE POINT OF CONTACT ABOVE NO LATER THAN COB 08 DECEMBER 2017. DISCLAIMER This RFI is not an offer. This RFI is issued solely for information and planning purposes and does not constitute a solicitation. All information received in response to this RFI that is marked "Proprietary" will be handled accordingly. Responses to the RFI will not be returned. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. Questions should be directed to the PCO/Contract Specialist via email.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/Supplemental_Crimp_Tool_Kit/listing.html)
 
Place of Performance
Address: 3001 Staff Dr., Suite 2AH85A, Tinker AFB, Oklahoma, 73145-3020, United States
Zip Code: 73145-3020
 
Record
SN04747994-W 20171124/171122231252-57e71fb9fa454690ca6ab0e1e6d7e6a4 (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.