Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 17, 2021 SAM #7077
SOURCES SOUGHT

J -- A-10 Center Nacelle, P/N 160D412000-17/-18 Repair

Notice Date
4/15/2021 7:22:26 AM
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
FA8251 AFSC PZABB HILL AFB UT 84056-5825 USA
 
ZIP Code
84056-5825
 
Solicitation Number
FA8251-21-R-Nacelle
 
Response Due
4/26/2021 2:00:00 PM
 
Archive Date
05/11/2021
 
Point of Contact
Cydnee Green, Andrew Philson
 
E-Mail Address
cydnee.green@us.af.mil, andrew.philson@us.af.mil
(cydnee.green@us.af.mil, andrew.philson@us.af.mil)
 
Description
Sources Sought Synposis� Repair A-10 Center Nacelle, P/N 160D412000-17/-18 NOTICE:� This is not a solicitation but rather a Sources Sought Synopsis (SSS) to determine potential sources for information and planning purposes only.� The purpose is to conduct market research to determine if responsible sources exist to assist in determining if this effort can be competitive and/or a total Small Business Set-Aside. �Based on the responses from the SSS the Government intends to award a five year Indefinite-Quantity Contract(s) with a qualified manufacturer.�� The information collected from the SSS will be used to determine the best acquisition strategy for this procurement. �The Government is interested in all small businesses to include 8(a), Service-Disabled Veteran-Owned, HUBZone, and Women-Owned small business concerns. Furthermore, the Government request all interested parties to respond to this notice even if they are not a qualified small business if they can meet the Government�s requirement.� �� DESCRIPTION OF REQUIRED SUPPLIES:� Repair left and right side of A-10 Nacelle Center section assemblies.� Nacelle centers have not been procured in over 30 years. This requirement is to repair these to serviceable condition and conforms to aircraft configuration per all technical data requirements.� Contractor will be responsible for the removal of internal and external piece part components to original design configuration.� Below are ESTIMATE amounts annually:� Fiscal Year� � � �Assets QTY� FY 22� � � � � � � �~20-30 ea. hand FY 23� � � � � � � �~20-30 ea. hand FY 24� � � � � � � �~20-30 ea. hand FY 25� � � � � � � �~15-30 ea. hand FY 26� � � � � � � � �~5-30 ea. hand MAJOR CHARACTERISTICS:� Reference the following Assemblies:�(see attached document for Figure 1: Center Section, Left side shown) Left: P/N 160D412000-17, NSN 1560-01-267-5423 Right: P/N 160D412000-18, NSN 1560-01-267-2365 The left and right nacelle center sections support the A-10 engines transfers thrust from engines to the aircraft.� They contains two main frames, close out formers, intermediate formers between main frames, longitudinal closure members along the upper outboard edge and along the bottom inboard edge. The structure has inner and outer skin covers that form the outer fan duct wall and the nacelle basis contour line.� Piano hinges run almost the entire length of the center section and are attached to the upper and lower longitudinal closures, and serve as a continuous attachment for the main engine access doors. The two main frames and engine link are machined from 7175-T73652 aluminum die forgings, and the formers and closures are built up from 7075-T6 clad aluminum alloy with the skin coverings of the same material. The piano hinges are machined from 7075-T7351 extrusion. The thrust fitting is made from SAE AMS-6526 steel forging.� The two main frames, inboard closure fitting, thrust fitting, and the engine link are identified as Fracture/Fatigue Critical components. The Center Nacelles contains components that are classified as a Critical Safety Items (CSI) and contain Interchangeable/Replaceable (I&R) subcomponents.�� REPAIR OVERVIEW:� Repairs will be based around a remove and replace concept and dependent on inspection criterial that will be provided in a Statement of Work.� Contractor will be responsible for removing and replacing any component including all skins, formers, hanger frames, sub structure, and any components that fall outside of an acceptable condition and can be performed up to an acceptable economical cost threshold.� Removal and replacement of internal and external components will be performed to drawing 160D412000, and other applicable technical data.� Contractor will be responsible to review and validate that the repaired asset conforms to aircraft configuration per all technical data requirements. �Tooling is required to maintain Interchangeable & Replaceable (I&R) features. Tooling to repair the assets however, is not available and the contractor will responsible to develop or procure their own tooling.� The contractor�s tooling concept and design are subject to review and approval by the Government. Part supportability is sparse and many of the formers, panels, and other repair piece parts will require in-house manufacturing per their applicable drawing specifications.� The manufacturing of these components will require special production facilities that can facilitate forging, machining, sheet metal forming and chem-milling requirements.� Several major components are made from forged aluminum or steel and require machining and heat treating operations.� The need for special tooling may lead to long lead times that the contractor must address in their qualification statement.� A more detailed inspection criteria and part replacement requirement will be provided in a Statement of Work upon contract solicitation. Contractor must be able to facilitate operations that allow for drilling, reaming, grinding, sanding and cutting of sheet metal components and installing rivets and fasteners.� Contractor must also be capable of supporting non-destructive inspections, such as penetrant inspection and eddy current inspection.� Other aspects to consider are as follows: The total assembly length is approximately 7 feet long. Weight is approximately 200 pounds each. Wiring and hydraulic systems for engines will not be included with this repair. Interchangeable & Replaceable (I & R) locations must be maintained. management processes for Critical Safety Items (CSI) and all of the critical characteristics and critical safety processes RESPONSE:� The Government requests interested parties to submit a brief statement of their capability to meet the above requirement. �Please include the firm�s CAGE Code and if qualified as a small business for the mentioned NAICS Code. Please e-mail all responses by April 26, 2021, to the following: Cydnee Green, cydnee.green@us.af.mil Andrew Philson, andrew.philson@us.af.mil Past and present experience with similar airframe repair for commercial and or military platforms.� If so, please list them with a point of contact that includes an e-mail address, part number/NSN, dates, unit price, and if it was delivered on time.���� Demonstrate that the necessary parts can be built either through existing capability or through qualified suppliers. Briefly outline the internal processes used to maintain repair consistency or the processes utilized to ensure repairs are per the tech data requirements. Identify the ability to manufacture special tooling and supplies required to repair the assets such as assembly fixtures, stands, What is the anticipated repair lead time? How much repair in percentage would your firm do and how much would you subcontract out?� What acquisition strategy and contract type do you recommend for this requirement that will provide the Government the best value and why? Discusses any concerns you may have with our requirement and/or how it can be met the best and why. Finally, please provide any anticipated teaming arrangements that includes commercial customers for the past three years. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. Please view attached Sources Sought Synopsis and Repair Qualification Requirements (PDFs)�for additional information.� Note: This post was updated on 01 April 2021 to include a Q&A Document.� Note: This post was updated on 15 April 2021 to include additional questions/answers on the Q&A Document.�
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/98cbd75c97394e62ad756ff7c29f6342/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05974152-F 20210417/210415230115 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.