Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 03, 2018 FBO #5916
SOURCES SOUGHT

J -- Redesign A-10 Dual Pressure Transducer Assembly (DPTA), P/N 697-231

Notice Date
2/1/2018
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
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
FA8117-18-SS-0005
 
Archive Date
3/18/2018
 
Point of Contact
Catherine Ashford, Phone: 4057394496
 
E-Mail Address
catherine.ashford@us.af.mil
(catherine.ashford@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
A-10 Dual Pressure Transducer Assembly (DPTA) Redesign P/N #697-231 PURPOSE/DESCRIPTION THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. This Sources Sought Synopsis (SSS) is in support of Market Research being conducted by the United States Air Force to identify potential repair sources for the requirements identified below and to determine if this effort can be competitive or a Small Business Set-Aside. This is not a Request for Proposal (or solicitation) or an indication that a contractual commitment will exist for this requirement. The government does not intend to award a contract on the basis of this market research. No funds are available to fund the information solicited. The 422nd Supply Chain Management Squadron located at Tinker Air Force Base is requesting information, pursuant to FAR PART 10, in support of Market Research to identify potential sources for the Engineering Services described below. The Government will use this information to determine the best future acquisition strategy for this procurement, inclusive of the need to do an Industry Day and/or pre-solicitation Conference. The proposed North American Industry Classification Systems (NAICS) Code is 541330, which has a corresponding Size Standard of $38.5M for Military & Aerospace Equipment & Military Weapons. The Government is interested in all businesses to include, Large Business, Small Business, Small Disadvantaged Businesses 8(a), Service-Disabled Veteran-Owned Small Businesses, Hubzone Businesses, and Women-Owned Small Businesses. If you are an interested party, the Government requests you respond to this notice and provide the requested information in Survey Parts I and II below "Requirements". The A-10 Alpha Mach Computer (NSN 6610-01-092-1322) is a Critical Safety Item which is experiencing obsolescence issues with certain components, one of which is the Dual Pressure Transducer Assembly (DPTA), P/N 697-231. The DPTA contains a 0.3-11" Hg differential transducer and a 5-31" Hg absolute transducer producing outputs of 0.000 to -9.562 Vdc and -1.671 to -11.697 Vdc respectively. REQUIREMENTS Potential sources should determine if they are capable of providing a supportable redesigned DPTA including qualification testing, integration/aircraft testing including Electromagnetic Interference/Electromagnetic Compatibility, and design approval through AF review boards (Flight Test/Safety, Technical, Configuration Control, Airworthiness, etc.). Vendors may request specification by calling 697-231, or from AFLCMC/LZPES (Public Sales Desk) at ocalc.lgldo.public@us.af.mil. Potential vendor and all sub-vendors must have an approved Form DD 2345 and a Joint Certification Program certification number to receive the DPTA documentation. Payment must be received before the specification will be provided via Fed Biz Opps. Any additional technical data needed to meet this requirement should be obtained by the vendor from the OEM, Safe Flight Instrument Corp. CAGE 83326, or developed through reverse engineering performed by the vendor. Part Number NSN Nonmenclature Estimated Quantity 697-231 Not currently stocklisted DPTA Redesign Undetermined at this time SURVEY 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: •· 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). Part II. Capability Survey Questions 1. Please describe your company's capabilities to provide a supportable redesigned DPTA including qualification testing, integration/aircraft testing including EMI/EMC, and design approval through AF review boards (Flight Test/Safety, Technical, Configuration Control, Airworthiness, etc.), including specifically addressing the following: •• Quality system requirements: AS9100 Certification (or equivalent) •• Ability to access or obtain the required Original Equipment Manufacturer (OEM) technical data and specification, or perform reverse engineering as applicable •• A bility to access or obtain the required A-10 aircraft technical data and specification •• Ability of personnel to acquire the necessary level of A-10 security clearance •• Ability to qualify electronic components/subassemblies/assemblies to meet A-10 environmental requirements •• Possess and demonstrate the technical capability to develop a form, fit, and functionally identical DPTA •• Possess or have access to l aboratory facilities that can perform complete qualification testing of the redesigned DPTA •• Ability to conduct design reviews •• Ability to coordinate and support A-10 aircraft testing •• Ability to support USAF review boards ( Flight Test/Safety, Technical, Configuration Control, Airworthiness, etc.) to ensure approval of the redesigned DPTA •• Ability to develop and provide the following documents during the redesign: •1. Redesigned DPTA Specification •2. Engineering Drawings and Technical Order Source Data •3. Qualification Test Plan •4. Logistics Supportability and Reliability Report •5. Failure Modes and Effects Criticality Analysis •6. System Safety Hazard Analysis Impact Report •7. Qualification Test Report •8. EMI/EMC Test Report, •9. Flight Test Report; •10. T-2 Modification Directive •11. Airworthiness Criteria Impact Assessment •12. Airworthiness Criteria Compliance Report •• Please provide a ROM for delivery time •• Please provide budgetary ROM for meeting the requirement through design approval. •• Describe your standard warranty and return process for goods and services furnished to the government for items similar in nature to this requirement. •• 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. GOVERNMENT CONTACTS Please e-mail your response to 422.SCMS.AFMC.RFI@us.af.mil. In the subject line of the e-mail include "A-10 Alpha Mach DPTA" so that individual responses can be sorted and responses quickly provided. As stated above, this SSS is issued solely for informational and planning purposes, and no funds are available to fund the information requested. The information in this notice is current as of the publication date but is subject to change and is not binding to the Government. Oral submissions are not acceptable for any requested information. No funds are available to fund the requested information. The information in this notice is current as of the publication date, but is not binding to the Government and is subject to change. Requested Information must be received no later than close of business 30 days after publication date.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA8117-18-SS-0005/listing.html)
 
Record
SN04807785-W 20180203/180201232111-dfedf3d2732c72f6fa46429ce5a4229b (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.