Oklahoma Bids > Bid Detail

B-1 Forward Intermediate Fuselage (FIF) Repair.

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • R - Professional, Administrative and Management Support Services
Opps ID: NBD00159860245532418
Posted Date: May 24, 2023
Due Date: Jun 30, 2023
Solicitation No: FA813823R0002
Source: https://sam.gov/opp/9ed248d637...
Follow
B-1 Forward Intermediate Fuselage (FIF) Repair.
Active
Contract Opportunity
Notice ID
FA813823R0002
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AFMC
Sub Command
AIR FORCE LIFE CYCLE MANAGEMENT CENTER
Sub Command 2
PEO-BOMBER AIRCRAFT
Office
FA8138 AFLCMC WBK
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: May 24, 2023 11:56 am CDT
  • Original Response Date: Jun 30, 2023 12:00 pm CDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
Classification
  • Original Set Aside:
  • Product Service Code: R425 - SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL
  • NAICS Code:
  • Place of Performance:
    Tinker AFB , OK 73145
    USA
Description

The Government is conducting market research to identify potential sources that possess the repair, manufacturing, engineering, and maintenance expertise, capabilities, and experience to conduct a large aircraft repair on the B-1 bomber. The level of security clearance has not been determined. Personnel working the project should be US citizens.



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. The government expects the contractor to conduct this repair independently, requiring no additional AF resources (manpower, support equipment, material). If the contractor cannot complete this work independent of government support, please specify what you will require from the government and if you have a plan to mitigate or transition to fully independent.



The Air Force has conducted two previous prototypes of this same repair. The first repair was conducted on a static test article that had no systems (flight controls, fuels, avionics) installed. The second prototype was conducted on a fleet aircraft at a contractor’s facility. This RFI is looking for a contractor who can support conducting this same repair on 17 additional fleet aircraft. Parts are currently being procured through Defense Logistics Agency. The contractor will have to inspect all parts and ensure they conform to drawings. Further, the contractor should be able to manufacture new components.



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 participation in this survey.



Additional information to support contractors’ responses to this RFI are attached: FIF SOW Draft, NA Document 1112B, and an Areas of Responsibilities matrix. The contractor should use the attached documents to answer the questions attached to this Sources Sought.



IAW FAR 52.215-3, Request for Information or Solicitation for Planning Purposes (Oct 1997):



(a) The Government does not intend to award a contract on the basis of this Request for Information or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and proposal costs, of the 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.



1. The document(s) below contain a description of the B-1 Forward Intermediate Fuselage (FIF) repair 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 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. Please provide information if you plan to team with other companies.



4. Submit responses or inquiries to:



Kimberly A. Simms Christopher Powers



Contracting Officer B-1 Structures PM



AFLCMC/WBK AFLCMC/WBNP



Tinker AFB, OK 73145 Tinker AFB, OK 73145



kimberly.simms.1@us.af.mil christopher.powers.15@us.af.mil




  1. Submission date: 36 calendar days from dated posted

  2. Questions related to this market survey should be addressed to the organization identified on line 4.

  3. BIDDER’S LIBRARY: Certain documents and information within the documents have been marked as

    CUI or Export Controlled data. Access to CUI and/or Export Controlled Data requires an approved registration

    through the Defense Technical Information Center (DTIC) and the approved DD Form 2345, MILITARILY CRITICAL

    TECHNICAL DATA AGREEMENT.

    A completed, current, and valid DD Form 2345 shall be required for access.

  4. Here is the website to the Joint Certification Program Search:

    https://www.dla.mil/Logistics-Operations/Services/JCP/




Attachments/Links
Contact Information
Contracting Office Address
  • CP 405 739 4177 3001 STAFF DRIVE BLDG 3001
  • TINKER AFB , OK 73145-3303
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • May 24, 2023 11:56 am CDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >