The RFP Database
New business relationships start here

OEM Engineering Services


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

 
Sources Sought Synopsis

OEM Engineering Services

(B-2, D-ILS, AGM-86, et. al.)

 

CAUTION:

 

This market survey is being conducted to identify potential sources that may possess the specialized expertise, capabilities, and experience to meet the requirements of providing on-site supply chain engineering services to support B-2, D-ILS Air Traffic Control Approach and Landing Systems, AGM-86, and other items managed by 848 SCMG (Tinker AFB) where Northrop Grumman Corporation is either the OEM or authored the design specification for the managed item.  This effort requires a minimum of a SECRET/SAP level of security clearance.  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:

 


Attached is a document containing a description of the engineering services requirement and a Contractor Capability Survey, which allows you to provide your company's capability.

 


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.)
Identify any areas of work that your organization believes should be broken out exclusively for Small Business.


 


Identify any areas of work that your organization believes should be broken out exclusively for Small Business.

 


Both large and small businesses are encouraged to participate in this Market Research.  Joint ventures or teaming arrangements are encouraged.

 


Questions relative to this market survey should be addressed to this e-mail address: 424SCMSAFMCRFIRe@us.af.mil. ; It is important to realize that this is a common e-mail address used by several offices within the requiring organization.  Therefore, the Government requires that the subject line of any e-mail must say "SS Response - B-2 On-Site Engineering Services".

OEM Engineering Services

(B-2, D-ILS, AGM-86, et. al.)

 

 

PURPOSE/DESCRIPTION

 

The Government is conducting market research to identify potential sources that are capable of providing engineering/technical services to support B-2, D-ILS Air Traffic Control Approach and Landing System, AGM-86 weapon systems, and other assets described above.  A draft performance work statement (PWS) is attached.  This acquisition strategy is envisioned as a four-year contract (basic plus three option years) and will have a period of performance of SEP2018 through SEP2022.

 

The contractor shall be capable of providing engineering/technical services to include, but not limited to:

•1.                  Qualifying sources of supply

•2.                  Analyzing design limit data

•3.                  Resolving diminishing manufacturing sources and material shortages

•4.                  Developing fabrication/repair procedures from engineering design data

•5.                  Developing fabrication/repair fixtures from engineering design data

•6.                  Evaluating damage

•7.                  Evaluating repairs

•8.                  System integration

•9.                  Developing technical order source data from engineering design data

•10.              Preparing technical and risk analyses of candidate obsolescence solutions which will be presented to weapons systems' chief engineers for approval

 

The contractor is expected to have access to OEM engineering data in order to accomplish the work required for this effort.  At this time, Northrop Grumman Corporation is the only known source that has access to this data.  Sources responding to this notice are expected to provide proof (via OEM licensing agreements or other mechanism) that they have access to the appropriate engineering data, including military specific modifications, needed to accomplish this effort.  Contractor must have access or can obtain access, and the rights to access, Northrop Grumman internal data systems to retrieve weapon system design data.

 

The contractor may be responsible for recurring and nonrecurring engineering services associated with becoming a qualified source.  The contractor may be responsible for supply chain management, logistics, forecasting of parts, long-lead parts procurement, repairable forecasting, obsolescence issues, and delivery of serviceable assets.

 

The specific requirement consists of, but not limited to, the following commodity type items used on B-2, D-ILS Air Traffic Control Approach and Landing Systems, and AGM-86 weapon systems for which Northrop Grumman is the original equipment design activity, or the original design specification activity, or the items exist under a Northrop Grumman Proprietary Limited Rights legend:

 

•1.                  B-2 Structural

•2.                  B-2 Electrical

•3.                  B-2 Mechanical

•4.                  B-2 Low Observable and Advanced Composites Structures

•5.                  B-2 Software Support

•6.                  AGM-86 navigation guidance Systems

•7.                  D-ILS Air Traffic Control Approach and Landing Systems

•8.                  All other commodity items managed at Tinker AFB where:

•a.       The original equipment design activity is Northrop Grumman

•b.      The original design specification activity is Northrop Grumman

•c.       Exist under a Northrop Grumman Proprietary Limited Rights legend

 

All of the commodity type items that encompass this announcement are considered Line Replaceable Units (LRUs) - items that can be removed from an aircraft, or system, by maintenance personnel at forward operating locations, main operating bases, and/or depot repair lines.

 

 


 

CONTRACTOR CAPABILITY SURVEY

OEM Engineering Services

(B-2, D-ILS, AGM-86, et. al.)

 

 

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:

·    The proposed North American Industry Classification Systems (NAICS) Code is 541330 which has a corresponding Size Standard of $15 million.  The Government will use this information to determine the best acquisition strategy for this procurement.   

       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).

 

Responses must be received no later than close of business on 6 March 2017. 

 

Please e-mail your response to 424SCMSAFMCRFIRe@us.af.mil.

 

IMPORTANT:  Please note that the above e-mail address is monitored by several Government individuals.  In order to direct your response to the correct person, place this verbiage in the subject line of your e-mail: "SS Response - B-2 On-Site Engineering Services"  Failure to do this may result in your responses being misrouted.


 

•A.   General Capability Questions:

 


Describe briefly the capabilities of your company 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 for generating, handling, processing and storing classified material and data.

 


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.

 


Describe your company's capability to secure data rights licenses from other companies, preferably military aircraft OEMs.  Identify the licensor, applicable dates, license terms, and this license was used for provide OEM support to the Government.

 


What are your company's current staffing numbers for engineers and equipment specialists?

 

 

•B.   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.

 

 

 


 


Roderick E. Diehl, Supervisory Aerospace Engineer, Phone 4057365515, Email roderick.diehl@us.af.mil - Charlie Kimball

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP