Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 26, 2023 SAM #7730
SOURCES SOUGHT

16 -- Air Transportable Galley and Lavatory (ATGL) This effort is for sustainment of the ATGL which includes Program Engineering Support (PES), depot sustainment/repair, and material management (MM) to the ATGL units.

Notice Date
1/24/2023 5:38:36 AM
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
FA8534 AFLCMC WNKAC ROBINS AFB GA 31098-1663 USA
 
ZIP Code
31098-1663
 
Solicitation Number
FD2060-25-30006
 
Response Due
2/23/2023 2:00:00 PM
 
Archive Date
02/24/2023
 
Point of Contact
Melissa Ethridge, Phone: 4782221611, Alison Bearden
 
E-Mail Address
melissa.ethridge@us.af.mil, alison.bearden.1@us.af.mil
(melissa.ethridge@us.af.mil, alison.bearden.1@us.af.mil)
 
Description
AIR TRANSPORTABLE GALLEY/LAVATORY (ATGL) NSN: 7360-01-328-5127 CAUTION: This market survey is being conducted to identify potential sources that may possess the expertise, capabilities, and experience to meet the requirements for repair and sustainment of the Air Transportable Galley/Lavatory for use by United States Air Force (USAF) personnel. The level of security clearance and amount of foreign participation in this requirement has not been determined. 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: 1. The document(s) below contain a description of the ATGL 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. 3. ATTENTION: SMALL BUSINESS RESPONDENTS who are interested in participation for this effort: a. No set aside decision has been made; however, the Government will determine the final strategy after thorough analysis of the small business responses and other market research available, considering the demonstrated interest and capability. Please ensure that you provide a thorough response to each question. If your company does not currently possess the full capability required to fulfill the entire requirement, what teaming/partnership/joint venture/subcontracting arrangement do you have in place to fulfill the government needs? Providing evidence of this arrangement, e.g. emails, letter, etc. that demonstrates a united response to this SSS is highly encouraged, but not required. The evidence should state the type of arrangement and the role each member will fulfill. If you are only interested in being a subcontractor to the future awardee, state the portion of the work that your organization has capability of fulfilling. b. Identify any areas of work that your organization believes should be broken out exclusively for Small Business. 4. Both large and small businesses are encouraged to participate in this Market Research. Joint ventures or teaming arrangements are encouraged. 5. Questions relative to this market survey should be addressed to Melissa Ethridge @ melissa.ethridge@us.af.mil or J. Micheal Evans @ john.evans.10@us.af.mil. AIR TRANSPORTABLE GALLEY/LAVATORY (ATGL) The Government is conducting market research to identify potential sources that possess the production data/repair data, expertise, capabilities, and experience to meet qualification requirements for the repair/sustainment of the ATGL, NSN: 7360-01-328-5127/PN 8946600, for use by USAF personnel. For this repair/sustainment effort, our repair strategy is a ten-year contract (basic plus nine option years). It will begin in FY25 and will continue through FY35. The desired BEQ will be for of up to approximately 33 units each year. The ATGL (NSN 7360-01-328-5127) is a piece of common equipment that provides lavatory, oven, refrigeration, and coffee capabilities in flight for the KC-46, C-17, C-5, and C-130 while transporting passengers on assigned missions. The ATGL galley consists of four ovens, overhead storage compartments for 160 serving trays, two coffee makers, three thermoelectric refrigerators, storage drawers, and two auxiliary work shelves. It can serve 160 people two meals and a snack for up to 15 hours of flight. The unit has 2 lavatories that each contain a toilet, wash basin, smoke detector, ventilation fan, self-contained emergency oxygen system, emergency call button, mirror, trash receptacle, paper towel dispenser, and an assist handle. The two lavatories are served by a human waste tank that holds up to 60 gallons. Associated plumbing, hoses and controls are part of the unit. The ATGL is mounted on a standard 88 x 108-inch 463L pallet (HCU-6/E) that is compatible with existing aircraft rails, rollers, and materiel handling equipment. Penetration points are provided to allow the ATGL to be transported by forklift with the cover installed. CONTRACTOR CAPABILITY SURVEY Air Transportable Galley Lavatory 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: ? Government Proposed North American Industry Classification System (NAICS) Code:___ Based on the Government proposed 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) ? System for Award Management (SAM) (Yes / No) ? A statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership). Responses to the Capability Survey Part I and Part II must be received no later than close of business (enter due date, allow 30 days for SSS). Please ensure data is in a readable electronic format that can be received through a firewall. Attachments shall not to exceed 10 MB per email. Multiple emails are acceptable. Responses must be sent via email to the following: ? Melissa Ethridge, PCO, melissa.ethridge@us.af.mil ? J. Micheal Evans, PM, john.evans.10@us.af.mil. ? Questions relative to this market research should be addressed to the PM or PCO listed above. 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. 2. Describe your company's experience on previous projects similar in complexity to this requirement. Include a brief description of the work performed, period of performance, agency/organization supported, and individual POC (Contracting Officer or Program Manager). 3. Describe your company�s experience in repairing the NSN listed above, a similar or like item. 4. 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. 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 summary of a quality plan implementing AS9100 (or equivalent). B. Repair/Sustainment Services Questions: 1. Describe your capabilities and experience in repairing this or system systems/equipment to solve maintenance and support problems in the depot environment. It may currently be utilized in the commercial or military environment. 2. Demonstrate your ability and experience in repair of the same or similar components, which are currently in use on commercial or military aircraft by providing the following information on the same or similar items: 3. Describe your capabilities and experience in repair processes/procedures in resolving DMS/MS issues including your configuration management processes. 4. Discuss your process for addressing any fit, form, and or function issues that may arise out of this effort. 5. How will your organization address the absence of drawings, specifications, technical data, test procedures, etc?
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/0f035122ce2243d49d37d5a11ebfccf1/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06572368-F 20230126/230124230110 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.