The RFP Database
New business relationships start here

Sources Sought Synopsis  Global Hawk Landing Gear Depot Activation


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

This Sources Sought Synopsis is published for market research purposes only. If the Government decides to award a contract for this or a related effort, a solicitation will be published and posted on Federal Business Opportunities website (http://www.fbo.gov). There is no solicitation available at this time. This sources sought synopsis does not constitute a Request for Quotation (RFQ), Request for Proposal (RFP) or an Invitation for Bid (IFB), nor does this issuance restrict the Government's acquisition approach. Only responses from US companies will be accepted. Any information provided by the Government at this time is preliminary and may be updated or changed prior to a formal release of a Request for Proposal.

The Government will neither award a contract solely on the basis of this sources sought synopsis nor will it reimburse the contractor for any costs associated with preparing or submitting a response to this notice. The Air Force has not yet determined the acquisition strategy for this requirement, including whether small business set-aside strategy is applicable.


The Global Hawk (GH) aircraft is a High Altitude Long Endurance (HALE) platform that utilizes a MLG and NLG system to provide for the stable on-ground support and maneuvering (stopping/re-starting during taxi) capability of the air vehicle and support takeoff and landing from a NATO standard paved runway. Establishing Depot level maintenance capability could significantly extend the life of the landing gear systems and the GH. The Air Force would like to identify potential sources able to establish a depot level maintenance capability for the Global Hawk's landing gear components within the Air Force. For the purpose of this SSS, depot level maintenance is defined as any action performed on materiel or software in the conduct of inspection, repair, overhaul, or the modification or rebuild of end-items, assemblies, subassemblies and parts (10 USC 2460). The depot shall be established at Ogden Air Logistics Complex (OO-ALC), Hill Air Force Base (AFB), Utah. Once the capability is established, the United States Government will perform depot level maintenance at that location.


Respondents must possess the expertise, capabilities, and experience in establishing a depot level maintenance capability for the Global Hawk landing gear. Additionally, the respondents to this inquiry must state their ability to access and convey (to the Government) the depot level source data required to establish an organic depot level maintenance capability.


Potential sources shall submit a Capabilities Package in response to this SSS that demonstrates detailed knowledge and experience in the following areas:

1. Describe your company's ability to access depot level maintenance source data necessary to identify requirements for establishing and operating a depot level maintenance capability for Global Hawk landing gear (source data must include, but is not limited to: skilled personnel requirements, training and certifications, engineering data and drawings, technical manuals and documentation, repair procedures, test requirements, special and common support/test equipment, special and common tools, provisioning data, facility requirements).


2. Describe your company's ability to convey the prescribed source data to the Government enabling the establishment and validation/verification of a depot level maintenance capability for Global Hawk landing gear at Hill AFB, Utah.


3. Describe your company's expertise and ability to identify existing and potential depot level maintenance for Global Hawk landing gear, its components and subcomponents.


4. Describe your company's expertise, capabilities and experience in establishing depot level maintenance for Global Hawk landing gear at Government and/or commercial locations. Provide supporting documentation of previous experience (contracts, agreements, etc.).


5. Describe your company's expertise and ability to identify specialized skill sets, conduct training to meet these skill sets, and enable the Government to obtain required certifications as relating to Global Hawk landing gear depot level maintenance.


6. Describe your company's expertise and ability to identify and obtain special and common support/test equipment and tools as relating to Global Hawk landing gear depot level maintenance.

7. Describe your company's expertise and ability to identify and convey provisioning data as relating to Global Hawk depot level maintenance. "Provisioning" is defined as the process of determining and acquiring the range and quantity of support items (e.g., spares, repair parts, bulk materiel, tools and test equipment) necessary to operate and maintain a system for an initial period of time.


8. Describe your company's expertise and ability to identify, optimize and implement facility requirements and process flows as relating to Global Hawk landing gear depot level maintenance.


The Air Force Material Command (AFMC), Air Force Life Cycle Management Center (AFLCMC), Global Hawk Program Office (WIG) at Wright-Patterson AFB, Ohio is seeking potential responsible business sources to provide optimal solutions to the objective of the Global Hawk Landing Gear Depot Activation.


The Government is seeking responsible firms to furnish the following information:


1) Company name, address, point of contact, telephone number, e-mail address, Federal CAGE Code, and Data Universal Numbering System (DUNS) number.


2) Indicate Business size (if 8(a) provide proof of certification, etc.) under the North American Industry Classification System (NAICS) 541712. Additionally, firms responding to this announcement as the "prime contractor" should indicate whether they are: large or small business in relation to NAICS 541712. Firms responding to this announcement as the "prime contractor" should indicate whether, in relation to NAICS code 541712, they are an other than small business, small disadvantaged business, woman-owned small business, 8(a)-certified small business, service-disabled veteran-owned small business, veteran-owned small business, or historically underutilized business zone small business.


3) Under which NAICS does your company usually provide supplies identified above? Do you consider a NAICS code other than 541712 to be more appropriate as a classification for the supplies identified above? Please include the rationale for your answer.


4) Which of the following would you see as your role in the performance of a potential requirement of this nature (ref: the above requirements)? (a) Prime Contractor; (b) Subcontractor; or (c) Other, and please describe.


5) What contract type do you recommend for the established requirements, and why?


6) What are your capabilities/strengths with respect to performing the Global Hawk Landing Gear Depot Activation requirement?


7) The Air Force is contemplating setting this acquisition aside for Small Businesses if there is sufficient, demonstrated interest and capability. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime contractors must perform at least 50% of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14, Limitations on Subcontracting). The clause reads, in part, as follows: "Limitations on Subcontracting (Dec 1996) (b) By submission of an offer and execution of a contract, the Offeror/Contractor agrees that in performance of the contract in the case of a contract for - (1) Services (except construction). At least 50 percent of the cost of contract Performance incurred for personnel shall be expended for employees of the concern. (2) Supplies (other than procurement from a non-manufacturer of such supplies). The concern shall perform work for at least 50 percent of the cost of manufacturing the supplies, not including the cost of materials ..." Provide specific details and rationale as to how compliance with FAR clause 52.219-14 would be achieved, including specific details regarding teaming arrangements, etc.


8) AFMCFARS clause 5352.219-9001, "Use of Joint Ventures in Meeting the Limitations on Subcontracting Requirement (Nov 2007)" is planned for inclusion in any solicitation released for this effort. 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.


All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded any DoD contract. Prospective contractors are cautioned to ensure that the proper NAICS code appears in SAM. Respondents shall include their CAGE code, if possible.

Responses to this RFI must be received No Later Than 1500 (EST) 12 June 17. Information packages may be submitted to Mr. Donald Scott in an Adobe or MS Word compatible format by e-mail to donald.scott.14@us.af.mil, or on a Windows compatible CD by mail to the following address: Attn: AFLCMC/WIGK, Attn: Donald Scott, 2530 Loop Road West, Bldg 557, WPAFB, OH 45433. Submissions shall not exceed 20-25 pages (8" X 11"). Font shall be 12-pitch with one-inch borders. Industry is encouraged to respond with information not constrained by proprietary data rights; however, if any information submitted is considered proprietary, then the pages containing such information must be marked accordingly. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. Request for solicitation will receive no response. The Government shall not reimburse the cost of preparing responses to this request for information.

For all technical inquiries contact Matthew Rutledge at 937-255-3415 (matthew.rutledge@us.af.mil) or Christopher Casillas at 937-255-4374 (christopher.casillas@us.af.mil).


Frequently Asked Questions


Question: Does the Air Force have the data rights to the drawings for the landing gear components?

Answer: The Government does not own the rights to the drawings related to the Nose and Main landing gear for the Global Hawk.


Donald L. Scott, Buyer, Phone 9372552191, Email donald.scott.14@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP