The RFP Database
New business relationships start here

Repair of KC-135 Multi-Point Refueling System


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

 
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.

424SCMSAFMCRFIRe 424SCMSAFMCRFIRe, Email 424SCMSAFMCRFIRe@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP