United States - Repair of KC-135 Multi-Point Refueling System

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
07 October 2019
Opportunity publication date
07 September 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: Sep 06, 2019 3:59 pm

 

THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUEST FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE.
 
PURPOSE
This Sources Sought Synopsis (SSS) is in support of market research being conducted by the United States Air Force (USAF).  This market research is being conducted to notify potential sources of the upcoming requirements for the subject item.  Additionally, this notice will gauge small business interest. The determination to make this acquisition a Small Business Set-Aside is dependent on the number of small businesses approved to satisfy this requirement.
The Government will use the information gathered through publication of this SSS to determine the best acquisition strategy for this requirement.  The Government is interested in all potential sources including Small Businesses, Small Disadvantaged Businesses, 8(a) businesses, Service-Disabled Veteran-Owned Small Businesses, HUBZone Small Businesses, Women-Owned Small Businesses, etc.
Potential sources shall be capable of furnishing all labor, materials, facilities and equipment required to accomplish the overhaul/re-manufacture of the item(s) listed below.  Generally, the work to be accomplished includes disassembly, cleaning, inspection, assembly, testing, preservation, and packaging to return an unserviceable asset to a serviceable or like-new condition.  Additionally, potential sources may be responsible for supply chain management, logistics planning, forecasting production requirements, long-lead time parts procurement, and shipping serviceable assets.
Potential sources may be responsible for nonrecurring engineering costs associated with becoming an approved source.
 
DESCRIPTION
North American Industry Classification System (NAICS) Code:  336413 (Other Aircraft Parts and Auxiliary Equipment Manufacturing)
 
SBA Size Standard:  1,250 employees
Requirement Information:  Repair of KC-135 MultiPoint Refueling System
 
 
PRODUCTION INFORMATION

NSN

P/N

Noun

Basic

Option 1

Option 2

Option 3

Option 4

6mo Ext

1560-99-087-4720

43323311

Aircraft Access Door

1

1

1

1

1

1

1560-99-168-7383

43324601

Aircraft Access Door

1

1

1

1

1

1

1560-99-771-6582

75012008-2

Aircraft Pylon

1

1

1

1

1

1

1680-99-024-7042

43325636

Torque Drum Unit

4

4

4

4

4

2

1680-99-052-5087

6508840

Drogue Assembly

12

12

12

12

12

6

1680-99-125-7391

43325922

Electro-Mechanical Actuator

8

8

8

8

8

4

1680-99-168-7382

43324795

Hose Jettison Unit

15

15

15

15

15

7

1680-99-215-7709

43329010

Controller

8

8

8

8

8

4

1680-99-216-2169

4332-1117-00

Controller

16

16

16

16

16

8

1680-99-301-8643

43322611

Door Assembly

1

1

1

1

1

1

1680-99-316-3825

43322612

Door Assembly

1

1

1

1

1

1

1680-99-410-3722

FRS609819

Light Plate Control

1

1

1

1

1

1

1680-99-411-1487

43322696

Fairing Assembly

1

1

1

1

1

1

1680-99-477-5431

43323070

Hydraulic Drive Unit

13

13

13

13

13

6

1680-99-660-2549

43324524

Hose Drum Assembly

1

1

1

1

1

1

2915-99-258-0638

43324075

Control Valve Assembly

1

1

1

1

1

1

1680-99-859-1224

43324667

Serving Carriage Assembly

1

1

1

1

1

1

1680-99-968-2245

43322619

Fairing Assembly

1

1

1

1

1

1

1680-99-934-6413

43324509

Drive Assembly

10

10

10

10

10

5

2915-99-919-1490

43329005

Pump Control Unit

18

18

18

18

18

9

4810-99-282-6399

9406056

Electro-Mechanical Actuator

4

4

4

4

4

2

4810-99-301-7187

7923075C

Ball Valve

1

1

1

1

1

1

4810-99-420-7032

FRH010016

Electro-Mechanical Actuator

5

5

5

5

5

2

4810-99-641-8724

FRS7099804

Manifold Valve

4

4

4

4

4

2

4810-99-754-3435

43324160

Control Valve

6

6

6

6

6

3

4810-99-801-4017

7923076D

Ball Valve

2

2

2

2

2

1

4810-99-862-2958

7923276D

Motor Valve Assembly

6

6

6

6

6

3

4820-99-462-9223

43323590

Valve Assembly

4

4

4

4

4

2

4820-99-589-2109

FRH120065P

Plug Valve

2

2

2

2

2

1

5315-99-967-9598

43323426

Straight Headed Pin

15

15

15

15

15

7

6105-99-227-6035

43327810

Direct Current Drive Unit

16

16

16

16

16

8

6115-99-125-4902

43329106

Direct Current Generator

16

16

16

16

16

8

6130-99-955-8787

43329025

Power Supply Unit

10

10

10

10

10

5

1680-99-681-5560

43323000-6

Flight Refueling Pod

4

4

4

4

4

2

3010-99-611-3046

43323605

peed Gear Assembly

2

2

2

2

2

1

3010-99-574-0968

43324049

peed Gear Assembly

4

4

4

4

4

2

3010-99-075-4140

43324228

Hose Drum Drive Unit

2

2

2

2

2

1

1680-99-125-7649

6601003

Winding Handle Assembly

22

22

22

22

22

11

 
 
ESTIMATED SOLICITATION INFORMATION
Estimated Solicitation Date:  October 2019
Estimated Solicitation Closing/Response Date: November 2019
PR#:  FD2030-18-00042
 
CONTRACTOR CAPABILITY SURVEY & TECHNICAL DATA
Please submit technical questions and formal responses to 424SCMSAFMCRFIRE@us.af.mil.
All technical questions and final submissions which are submitted by any other methods will NOT be reviewed or considered.  Final submissions which do not include answers at ALL capability questions listed in Part II will NOT be considered.
 
Be sure to include a phone number, address, and POC in your responses.  All responses must be received no later than close of business 10 October 2019.
 
Disclaimer:
This SSS is issued solely for informational and planning purposes.  It does not constitute a solicitation (Request for Information, Request for Proposal, or Request for Quotation) or a promise to issue a solicitation in the future.
The information in this notice is based on current information as of the publication date.  The information in this notice is subject to change and is not binding to the Government.  If changes are made, updated information will be provided in future notices and will be posted on the Federal Business Opportunities website at www.fbo.gov.  Responses to this SSS may or may not be returned.  Contractors not responding to this SSS will not be precluded from participation in any future solicitation.
INTERESTED SOURCES MUST SELECT "ADD ME TO INTERESTED VENDORS" BUTTON ABOVE OR BELOW TO BE CONSIDERED PARTICIPANTS IN THIS MARKET RESEARCH EFFORT BY THE "CLOSING DATE" OF THIS NOTICE.
 
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: 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 include a description, in detail, of what part or parts of this requirement that your company capable or interested in performing in your final submission.
 
 
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 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.

 

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.

 

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.   Repair Questions:
 

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

 

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

 

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

 

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

 
•D.   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.

Opportunity closing date
07 October 2019
Value of contract
to be confirmed

About the buyer

Address
Department of the Air Force PK/PZ Tinker AFB United States

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?