Federal Bid

Last Updated on 26 Aug 2017 at 8 AM
Sources Sought
Location Unknown

F100 Housing Antifriction

Solicitation ID FD2030-18-00052
Posted Date 11 Jul 2017 at 3 PM
Archive Date 26 Aug 2017 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Pk/Pz Tinker Afb
Agency Department Of Defense
Location United states

F100 Housing Antifriction 2840-01-620-8083NZ

NSN: 2840-01-620-8083NZ
P/N: 4089010-01
AMC/AMSC: 2/C
APPLICATION: F-15 & F-16

CAUTION:

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 perform manufacture of the Metallic Aircraft Seal for use by United States Air Force (USAF) personnel.  The level of security clearance and amount of foreign participation in this requirement has not been determined. 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:

1. Below is a document containing a description of the item and function and a Contractor Capability Survey, which allows you to provide your company's capability.

2. If, after reviewing this document, you desire to participate in the market research, you should provide documentation that supports your company's capability in meeting 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.)
a. Identify any areas of work that your organization believes should be broken out exclusively for Small Business.

3. Both large and small businesses are encouraged to participate in this Market Research.  Joint ventures or teaming arrangements are encouraged. The proposed North American Industry Classification Systems (NAICS) Code is 336412, which has a corresponding Size Standard of 1,500 employees.

4. This SSS is issued solely for informational and planning purposes. 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 of information are not acceptable.

5. Questions relative to this market survey should be addressed to the requiring activity, plus phone number.
F100 Housing Antifriction 2840-01-620-8083NZ

PURPOSE/DESCRIPTION

      The 421st 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 manufacture of the NSN(s) listed below. The government has the associated technical data to provide to potential sources. Qualification requirements exist and can be located in FedBizzOps.  A Source Approval Request (SAR) package must be submitted for approval determination to the Oklahoma City Small Business Office. The company must have manufactured the Subject or Similar item within the past 36 months for the Original Equipment Manufacturer or Department of Defense in accordance with the available technical data. The projected estimated quantity for this PR# FD2030-18-00052 is approximately 385ea. 


NSN: 2840-01-620-8083NZ
Engine: F100-PW-220
Item description: (Dimensions available item description) 12.0 in. long X 12.0 in. wide X 5.0 in. high, weighing 5.10 lbs. composed of nickel alloy. This item shields heat from the #4 bearing compartment.

CONTRACTOR CAPABILITY SURVEY

MANUFACTURE OF THE HOUSING ANTIFRICTION FOR THE F100-PW-220 ENGINE.

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).

 Written responses, no facsimiles or e-mails please, must be received no later than close of business 11 Aug 2017.

Please e-mail your response advising if the requirements stated above can be met to the following address: [email protected]; or

Please mail two (2) copies of your response to:

John Freeman
Contract Specialist
AFSC/PZAAA
3001 Staff DR, STE 1AC198C
Tinker AFB, OK 73145

Questions relative to this market research should be addressed to John Freeman (405) 739-5494.
 
Part II. Capability Survey Questions

A. General Capability Questions:

1. 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.

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. What quality assurance processes and test qualification practices does your company employ? Please provide a description of your quality program (ISO 9001, AS9100, etc.)

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. Describe your company's capability to obtain or manufacture molds/tooling. Also, provide information on your type of molding process.

7. 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.

8. Are there specific requirements in the documentation that we provide that would currently preclude your product from being a viable solution to our requirement?

9. 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.


B. Hardware Production Questions:

1 .Describe your capability and experiences in the manufacturing/fabrication of components.

 C. Repair Questions:

1. Describe your capabilities and experience in modifying existing systems/equipment (hardware and software) to solve maintenance and support problems in the depot environment.

2. Describe your capabilities and experience in developing/modifying repair or maintenance procedures. Include associated upgrade of technical orders and preparation of new technical orders.

3. Describe your configuration management processes and how you identify and resolve parts obsolescence and diminishing manufacturing sources problems?

4. Describe your process for maintaining inventory records and reporting on hand/in work balances and repair status to your customer.

D. Commerciality Questions:

1. 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.

2. Describe your standard warranty and return process for goods and services furnished to the government for items similar in nature to this requirement.


E. Services Questions

1. Describe your services capabilities and experience with regard to the requirements of this effort.

2. Describe your capabilities and experience in developing/modifying procedures. Include associated upgrade of technical orders and preparation of new technical orders.

3. Demonstrate your ability and experience for the same or similar services, which are currently provided in the commercial and/or military environment by providing the following information on the same or similar items:

a) Contract Number
b) Procuring Agency
c) Contract Value
d) Services Provided

4. Describe your capabilities and experience in any required test, evaluation, and repair processes/procedures with regard to the required items.

5. Describe how you/your organization will identify and resolve parts obsolescence and diminishing manufacturing sources problems?

6. Discuss your process for addressing any fit, form, and or function issues that may arise out of the requirements of this effort.

7. Describe your process for maintaining inventory records and reporting on hand/work-in-process balance and manufacturing status to your customer as required.

8. How will your organization address the absence of drawings, specifications, technical data, test procedures, etc.

9. If your company can not perform the entirety of the requirement what part could or would your company be able to perform. Provide specific info on what could be broken out for your company's performance.

Bid Protests Not Available

Similar Past Bids

Oklahoma 24 Sep 2024 at 4 AM
Oklahoma 24 Sep 2024 at 4 AM

Similar Opportunities

Tinker air force base Oklahoma 31 Dec 2025 at 5 AM (estimated)
Oklahoma 20 Jul 2025 at 4 AM (estimated)
Oklahoma 20 Jul 2025 at 4 AM (estimated)
Tinker air force base Oklahoma 30 Jul 2025 at 9 PM
Richmond Virginia 30 Sep 2025 at 9 PM