The RFP Database
New business relationships start here

RFI BRU-57 & Component Repair


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

    RESPONSE DATE IS EXTENDED TO 30 JUNE 2017 4:00 PM EST 

RFI BRU-57 & Component Repair

 


CAUTION: THIS REQUEST FOR INFORMATION (RFI) IS NOT A REQUEST FOR PROPOSAL OR


PRESOLICITATION SYNOPSIS BUT RATHER IS A RFI PERTAINING TO THE REPAIR OF THE BRU-57 BOMB RACK AND COMPONENTS


 


The Government is conducting market research to identify potential sources that possess the repair data, expertise, capabilities, and experience to meet qualification requirements to repair the Bomb Release Unit (BRU)-57 and its components. The level of security clearance and amount of foreign participation in this requirement has not been determined.  The RMC codes for these items are 3D (meaning repair directly from the manufacturer, repair of these parts are restricted to actual manufacturer) and 3R (meaning repair of these parts directly from the manufacturer due to lack of data rights). 


 


The Government does not have access to the data for these items. The current sole source contractor for this effort is EDO Corporation. CAGE:  82340. 


Contractor shall furnish all material, support equipment, tools, test equipment, and services.  The contractor is responsible for providing, maintaining, and calibrating all support equipment required at their facility or a subcontractor's facility.  Contractor furnished material or parts used for replacement shall equal or exceed the quality of the original material or parts.


 


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.


 

FAR 52.215-3, Request for Information or Solicitation for Planning Purposes (Oct 1997) applies to this request for proposal:

 

(a) The Government does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited except as provided in subsection 31.205-18 Bid and Proposal (B&P) Costs, of Federal Acquisition Regulation

 

(b) Although "proposal" and "offeror" are used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal.

 

(c) This solicitation is issued for the purpose of: planning and budgetary forecasting by the government.


 


INSTRUCTIONS:


 

•1.        The document(s) below contain a description of the BRU-57 and its component parts requirement and a Contractor Capability Survey. The Survey allows Contractors to provide their company's capability.


 

•2.        If, after reviewing these documents, 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.


 

•4.        Questions relative to this market survey should be addressed to the PCO.


 

•5.        Please fill out both Part I and II.

 

BRU-57 & Component Repair


 

PURPOSE/DESCRIPTION

 


The Government is conducting market research to identify potential sources that possess the expertise, capabilities, and experience to meet qualification requirements to repair the BRU-57 and its components listed below:


 


NSN                                          Noun                                                        P/N


1095014833872GG Bomb Release Unit (BRU)-57    MT57M1501-1


1095015235773GG Bus Buffer Assembly (BBA)        MT57E1212-1


6130015233338GG Power Control Module (PCM)  MT57M1177-1


5998015227603GG Digital Interface Assembly (DIA)               MT57M1190-2


6130015233339GG Power Supply Assembly (PSA)   MT57E1210-1


1095015233337GG Microcontrol Assembly (MCA)  MT57M1153-2


1095015235767GG High Bandwidth Assembly (HBA)               MT57M1165-1


 


 


This requirement is for repair.  Our acquisition strategy is a five-year contract (basic plus four ordering periods).  The projected quantities are as follows:


 

BRU-57 Repair

 

NSN                                          Noun        P/N          Qty Range

                                                 Basic

1095014833872GG BRU-57     MT57M1501-1         1-10

1095015235773GG BBA          MT57E1212-1           1-15

6130015233338GG PCM         MT57M1177-1         1-5

5998015227603GG DIA           MT57M1190-2         1-15

6130015233339GG PSA          MT57E1210-1           1-15

1095015233337GG MCA         MT57M1153-2         1-20

1095015235767GG HBA          MT57M1165-1         1-5

                                                 

                                                 Option 1

1095014833872GG BRU-57     MT57M1501-1         1-10

1095015235773GG BBA          MT57E1212-1           1-15

6130015233338GG PCM         MT57M1177-1         1-5

5998015227603GG DIA           MT57M1190-2         1-15

6130015233339GG PSA          MT57E1210-1           1-15

1095015233337GG MCA         MT57M1153-2         1-20

1095015235767GG HBA          MT57M1165-1         1-5

                                                 

                                                Option 2

1095014833872GG BRU-57     MT57M1501-1         1-10

1095015235773GG BBA          MT57E1212-1           1-15

6130015233338GG PCM         MT57M1177-1         1-5

5998015227603GG DIA           MT57M1190-2         1-15

6130015233339GG PSA          MT57E1210-1           1-15

1095015233337GG MCA         MT57M1153-2         1-20

1095015235767GG HBA          MT57M1165-1         1-5

                                                 

                                                 Option 3

1095014833872GG BRU-57     MT57M1501-1         1-10

1095015235773GG BBA          MT57E1212-1           1-15

6130015233338GG PCM         MT57M1177-1         1-5

5998015227603GG DIA           MT57M1190-2         1-15

6130015233339GG PSA          MT57E1210-1           1-15

1095015233337GG MCA         MT57M1153-2         1-20

1095015235767GG HBA          MT57M1165-1         1-5

                                                 

                                                Option 4

1095014833872GG BRU-57     MT57M1501-1         1-10

1095015235773GG BBA          MT57E1212-1           1-15

6130015233338GG PCM         MT57M1177-1         1-5

5998015227603GG DIA           MT57M1190-2         1-15

6130015233339GG PSA          MT57E1210-1           1-15

1095015233337GG MCA         MT57M1153-2         1-20

1095015235767GG HBA          MT57M1165-1         1-5

                                                 

                                                 

                                                 

      

                

The Government's needs for repair are required in order to support the mission of the BRU-57. The BRU-57 and its components are used on the F-16C and F-16D.  The BRU-57 is a MIL-STD-1760 capable, multiple-carriage, vertical-ejection Bomb Rack Unit (BRU). Two USAF standard BRU-46/A bomb ejector racks are utilized on the BRU-57/A. The BRU-57/A is used to provide side-by-side carriage and release of two 14-inch suspension stores.  The BRU-57/A accommodates the MIL-STD-1760 mission stores, allowing for communication between the aircraft Stores Management System (SMS) and the weapon/store. These mission stores include, but are not limited to, Joint Standoff Weapon (JSOW) and the Wind Corrected Munitions Dispenser (WCMD).

 

 

CONTRACTOR CAPABILITY SURVEY
 

 


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).

 

 

Email responses must be received no later than close of business 10 May 2017. Please email your response to:

 

        William Downs                 -william.downs.1@us.af.mil

 

Questions relative to this market research should be addressed to both of the following POC's:

William Downs

Contracting Officer

Armament and Missiles (AFLCMC/EBK)

235 Byron St, Suite 19A

Robins AFB, GA 31098-1670

Comm: 478-926-9264

DSN: 468-9264

william.downs.1@us.af.mil

 


 


Part II. Capability Survey Questions

 

•A.       General Capability Questions:


 

•1.        Describe briefly the capabilities of your facility and 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.        Describe your company's experience in repairing the Part Numbers/NSNs listed above that make up the BRU-57.


 

•4.        What is your company's current maximum capacity per month for this particular type of requirement?  Provide information on any facility reserves you may possess to increase capacity in the event of an immediate need do to critical operational mission requirements.


 

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

•a.        Provide a detailed quality plan implementing AS9100 (or equivalent).  

 


 

•B.        Manufacturing Questions


 

•1.        Describe your capabilities and experience in repairing with regard to the requirements of this effort.


 

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

 

•3.        Demonstrate your ability and experience in the repair of the same or similar components, which are currently utilized in the commercial or military environment by providing the following information on the same or similar items:

•a)        Contract Number

•b)        Procuring Agency

•c)        Contract Value

•d)        Number of assets shipped


 

•4.        Provide your commercial manual(s) or Acceptance Test Procedures (ATP) and your rights to these manuals and or ATP used in the repair and functional check of these or similar assets for Government Engineer review.


 

•5.        Describe your capabilities and experience in test, evaluation, and repair processes/procedures with regard to these items.


 

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

 

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

 

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

 

•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.

•                                                               i.      State the type of test procedures are anticipated for this effort.

•                                                              ii.      State the type of inspection processes anticipated for this effort.

•1.        NDI/T.

•2.        Destructive testing/inspection.

 

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

 

•11.     If the item cannot be repaired in total, state what your organization can produce.

 

•12.     State any technology insertion ideas for the item that would be suitable for this effort.


 


 13. Discuss any reverse engineering or item replacement opportunities that may be present.


 


William (Bill) H Downs, Contracting Officer, Phone (478) 926-9264, Fax (478) 926-3996, Email william.downs.1@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP