The RFP Database
New business relationships start here

F107 Component Improvement Program


Ohio, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

The United States Air Force Engine Component Improvement Program (AFLCMC/LPAK) is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support this requirement for the F-107 engine used on the USAF Air Launched Cruise Missiles.  The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 336412.
THERE IS NO SOLICITATION AT THIS TIME. This is not a request for a quote, request for proposal, or an invitation to bid, nor is this to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will not reimburse or pay for any information submitted in response to this SSS or any follow-up information requests. Responders are advised that the Government will not pay for any information or administrative cost incurred in response to this SSS.  Please be advised that all submissions become Government property and will not be returned.  All costs associated with responding to the SSS will be solely at the responding party's expense. 

Teledyne Turbine Engines will perform design activities for the F-107 engine under the Component Improvement Program (CIP).  Design/ Redesign/ Modification Engineering Project Descriptions (EPD) are the individually defined CIP projects that result in delta improvements in safety, reliability, maintainability, supportability, and operability.  All redesigned components, support equipment, tooling or modifications thereto shall be tested to specification requirements to ensure the reliability or performance of the equipment is not degraded as a result of the redesign or modification.  Redesigned components must comply with Airworthiness and Operational, Safety, Suitability and Effectiveness (OSS&E) requirements.  Design/Redesign/Modification EPDs usually deliver an Engineering Change Proposal (ECP) at the end of task for CIP.  If your organization has the potential capacity to perform these contract services, please provide the following information: Company/Institute name, address, point of contact, Cage code, DUNS Number, phone number, email address, web page URL, is your company domestically or foreign owned (if foreign), please indicate the country of ownership, and a tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability.  If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements.  The NAICS Code for this action is 336412, size standard 1,500 employees.  Based on the NAICS Code, state (yes/no) whether your company qualifies as a small business, woman owned small business, economically disadvantaged woman owned small business, 8(a) certified (if yes, please indicate date of certification), HUBZone certified, veteran owned small business, and/or service disabled veteran owned small business.

The government will evaluate market information to ascertain potential market capacity to 1) provide services consistent in scope and scale with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract.

Based on the responses to this sources sought notice/market research, this requirement may be set-aside for small businesses or procured through full and open competition, and multiple awards may be made.  If there is sufficient demonstrated interest and capability among small business contractors, then it may be determined that a small business set-aside is appropriate.  A key factor in determining if an acquisition will be a small business set-aside is that two or more potential small business prime contractors must be capable of performing at least 50% of the effort, as defined in Federal Acquisition Regulation (FAR) 52.219-14, "Limitations on Subcontracting".  If it is determined that a small business set-aside is appropriate, and your company anticipates submitting a proposal as the prime contractor for a small business set-aside, please provide specific details and rationale as to how compliance with FAR 52.219-14 would be achieved, including specific details regarding teaming arrangements, etc.  If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used.  Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided.  If this effort is not set-aside for small business, small business utilization will be considered.  Large and small businesses should provide a reasonable expectation for small business utilization as a percent of total contract value, as well as supporting rationale for the recommended percentage.  Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.

Submission Instructions:  Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought Notice no later than 31 March 2017 by 2 p.m. EST.  All responses under this Sources Sought Notice must be emailed to Christopher A. Pluskota, Contract Specialist, at christopher.pluskota@us.af.mil or Mitchel J. Frost, Contract Specialist at mitchell.frost@us.af.mil.

If you have any questions concerning this opportunity please contact:

Chris A. Pluskota
Contract Specialist, USAF
Engine Component Improvement Program (AFLCMC/LPAK)
2245 Monahan Way, Building 28
WPAFB, OH 45433
(p): 937-255-3297 (DSN): 785-3297
christopher.pluskota@us.af.mil

Or;

Mitchell J. Frost
Contract Specialist, USAF
Engine Component Improvement Program (AFLCMC/LPAK)
2245 Monahan Way, Building 28
WPAFB, OH 45433
(p): 937-255-4492 (DSN): 785-4492
Mitchell.Frost@us.af.mil

Or;

Timothy M. Hayes
Contracting Officer, USAF
Engine Component Improvement Program (AFLCMC/LPAK)
2245 Monahan Way, Building 28
WPAFB, OH 45433
(p): 937-255-1886 (DSN): 785-1886
Timothy.hayes.1@us.af.mil


Christopher A. Pluskota, Phone 9372553297, Email Christopher.pluskota@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP