Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 08, 2017 FBO #5859
SOURCES SOUGHT

16 -- KC-135 Rudder Position Indicator (RPI)

Notice Date
12/6/2017
 
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
FA8105-18-R-0001
 
Archive Date
12/6/2018
 
Point of Contact
Delbert Briggs, Phone: 4057361863, Maisie H Raju, Phone: 405-739-3388
 
E-Mail Address
delbert.briggs@us.af.mil, maisie.raju@tinker.af.mil
(delbert.briggs@us.af.mil, maisie.raju@tinker.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Request for Information-Sources Sought Synopsis KC-135 Rudder Position Indicator (RPI) This market survey is being conducted to identify potential sources that may possess the expertise, capabilities, and experience to meet the requirements for qualification and production of the Rudder Position Indicator for use by United States Air Force (USAF) personnel. 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. INSTRUCTIONS: Below is a document containing a description of the RPI requirement and a Contractor Capability Survey which will allow you to provide your company's capability, SOW, PWS, tech specification, etc. If, after reviewing these documents, you desire to participate in the market research, you should provide appropriate documentation that supports your company's ability to meet these requirements. Failure to provide documentation may result in the government being unable to adequately assess your capabilities. If you lack sufficient experience in a particular area, please provide details explaining how you would overcome the lack of experience/capabilities in order to perform that portion of the requirement (i.e., teaming, subcontracting, etc.) Identify any areas of work that your organization believes should be broken out exclusively for Small Business. Both large and small businesses are encouraged to participate in this market research. Joint ventures or teaming arrangements are encouraged. Questions relative to this market survey should be addressed to the requiring activity. Rudder Position Indicator (RPI) PURPOSE/DESCRIPTION The KC-135 program office located at Tinker Air Force Base is conducting market research to identify potential sources that possess the production data/repair data, expertise, capabilities, and experience to meet qualification requirements for the production of the Rudder Position Indicator components consisting of wiring, Electro-Magnetic Pulse (EMP) cable, Linear Variable Differential Transducer (LVDT), and mounting brackets. This is a build to print acquisition. The projected quantities up to 399 kits over a 6 year period of performance. The Rudder Position Indicator will allow pilots to have real time situational awareness of commanded and actual rudder positon. Supplementary Information: Mounting bracket is required to be built to allow a 1:1 ratio with degree deflection to degree indicated. Rudder Position Indicator Purchase Schedule (Notional) FY18 FY19 FY20 FY21 FY22 FY23 64 64 66 68 69 69 Response Requirements: All responses should include: •1. First Article schedule (duration from contract award to on aircraft kit proof) •2. Kit proof support •3. Kit lead times and identify kit constraints •4. Maximum kits per production month •5. Quality processes and procedures •6. Past performance Limitations on Subcontracting (Nov 2011) (a) This clause does not apply to the unrestricted portion of a partial set-aside. (b) Applicability. This clause applies only to-- (1) Contracts that have been set aside or reserved for small business concerns or 8(a) concerns; (2) Part or parts of a multiple-award contract that have been set aside for small business concerns or 8(a) concerns; and (3) Orders set aside for small business or 8(a) concerns under multiple-award contracts as described in 8.405-5 and 16.505 (b)(2)(i)(F). (c) By submission of an offer and execution of a contract, the Offeror/Contractor agrees that in performance of the contract in the case of a contract for -- (1) Services (except construction). At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. (2) Supplies (other than procurement from a nonmanufacturer of such supplies). The concern shall perform work for at least 50 percent of the cost of manufacturing the supplies, not including the cost of materials. (3) General construction. The concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees. (4) Construction by special trade contractors. The concern will perform at least 25 percent of the cost of the contract, not including the cost of materials, with its own employees. (End of Clause) CONTRACTOR CAPABILITY SURVEY Rudder Position Indicator (RPI) Part I. Business Information Please provide the following business information for your company/institution and for any teaming or joint venture partners: · Company/Institute Name: · Address: · Point of Contact: · CAGE Code (if available): •· Phone Number: •· E-mail Address: •· Web Page URL: · Size of business pursuant to North American Industry Classification System (NAICS) Code: 336413 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). Is your company interested in possible subcontracting opportunities? If so please describe in detail what part or parts of this requirement that your company is capable of or interested in performing. Submit this information to the requiring activities' address, including a phone number. This must be received no later than close of business 5 January 2018. THE GOVERNMENT REQUESTS THAT NON-PROPRIETARY INFORMATION BE SUBMITTED IN RESPONSE TO THIS RFI. However, should proprietary information be submitted, it should be marked "PROPRIETARY," and will be handled accordingly. The Government shall not be liable for or suffer any consequential damages for any proprietary information not properly identified. Any proprietary information that is submitted may be used as a general concept but specific information will be safeguarded as proprietary, if so marked and clearly identified in accordance with the applicable Government regulations. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Proprietary information or trade secrets should be clearly identified. Submission Requirements: Please provide your response electronically on no more than five (5) single-sided (if desired, a cover page and/or table of contents may be included in addition to the five (5) pages above - but limited only to two (2) single-sided pages), single-spaced pages using 12-point, Times New Roman font, and minimum one-inch margins, in Microsoft® Word or compatible format. Responses to this RFI are requested by close of business on 5 January 2018 at 1630 hours CST (Oklahoma local time). All responses shall be unclassified and reviewed to ensure consideration of operational sensitivities. All market research responses and correspondence related to this matter should be e-mailed to the Program Manager. Questions concerning this market research should be directed to the Program Manager and Contract Specialist: Capt Samantha Goff Delbert Briggs Program Manager Contracting Specialist AFLCMC/ WKDM AFLCMC/WKK Phone: 405-636-1860 405-736-1863 Email: samantha.goff@us.af.mil delbert.briggs@us.af.mil Part II. Capability Survey Questions •A. General Capability Questions: Describe briefly the capabilities of your facility and the nature of the goods and/or services you provide. Include a description of your staff composition and management structure. 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). What quality assurance processes and test qualification practices does your company employ? Please provide a description of your quality program (ISO 9001, AS9100, etc.) Describe your company's capability to obtain or manufacture molds/tooling. Also, provide information on your type of molding process. What is your company's current maximum production capacity per month? Provide information on any facility reserves you may possess to increase production capacity in the event of an immediate need do to critical operational mission requirements. Are there specific requirements in the documentation that we provide that would currently preclude your product from being a viable solution to our requirement? Include a detailed listing of facilities and equipment, including quantities, required to satisfy the requirements of this effort. Provide an outline of the proposed process, including inspections. •B. Hardware Production Questions: •1. Describe your capability and experiences in the manufacturing/fabrication of components. •C. Commerciality Questions: Are there established catalog or market prices for our requirement? 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? Is our requirement offered to both under similar terms and conditions? Briefly describe any differences. Describe your standard warranty and return process for goods and services furnished to the government for items similar in nature to this requirement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA8105-18-R-0001/listing.html)
 
Record
SN04758500-W 20171208/171206231040-8027517dc2c5e777af7aa983406ef9ad (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  © 1994-2020, Loren Data Corp.