Search Contract Opportunities

AFCEC Mobile Aircraft Arresting System Trailers Sources Sought

ID: FA8051-MAASTrailer-SourcesSought • Type: Sources Sought

Description

AFICC 772 Enterprise Sourcing Squadron

SOURCES SOUGHT NOTICE

Mobile Aircraft Arresting System (MAAS) Trailers

1. THIS NOTICE IS ISSUED AS A SOURCES SOUGHT ANNOUCEMENT FOR INFORMATION PURPOSES ONLY. This notice DOES NOT constitute a Request for Proposal or complete package outlining the technical competencies/qualifications of the prospective contractor, nor does it represent any commitment by the Government. Since this is a Sources Sought announcement, no evaluation letters and/or results will be issued to the respondents. No reimbursement will be made for any costs associated with providing information in response to this announcement. No telephone calls will be accepted requesting a bid package or solicitation. A solicitation does not presently exist. Responses to this notice will be used for planning purposes only. Responses are not considered offers and will not be accepted by the Government to form a binding contract.

2. The United States Air Force has a requirement in support of Air Force Civil Engineer Center (AFCEC) for Mobile Aircraft Arresting System (MAAS) trailers with associated hardware that accepts the standard Barrier Arresting Kit (BAK)-12 aircraft arresting system. The MAAS trailers are a commercially modified trailer for military use. When the MAAS trailer with associated hardware are paired with the BAK-12 arrestor, the system is a critical safety item (CSI) as defined in DFARS 209.270-2. This system provides battle-damaged airfields with a transportable and relocatable arresting system capable of stopping United States and Coalition Forces tailhook fighter aircraft declaring an in-flight or ground emergency. The trailer has a unique feature and requirement by which it must be able to lower itself (kneel) to the ground and raise to its normal configuration using the on-board hydraulic system. The trailer comprises all auxiliary equipment and hardware for anchoring to concrete, asphalt, or soil surfaces and is a highly specialized system essential in the execution of airfield flying operations. First article testing shall be required of any contractor who has not undergone, completed, and received approval for the MAAS trailer or has not produced it for the US Air Force within the last three (3) years unless waived by the appropriate Lead Systems Engineer or Chief Engineer. First article testing details are provided in the attached draft statement of work.

3. This sources sought is primarily for market research to determine if there are firms that possess the capability to execute the requirements of the attached draft statement of work (SOW), dated 26 June 2024 and the Govenment Drawing Package (see para 8 for instructions on how to request a copy of the drawing package). Therefore, we further invite all business concerns to provide a capability statement in response to this requirement. Prospective contractors shall be registered in the System for Award Management (SAM) prior to award of any Federal Government contract. Contractors are encouraged to obtain further information on SAM registration at the following website: https://sam.gov/content/home. This announcement does not obligate the Government to award a contract nor does it obligate the Government to pay for any preparation costs.

4. The Government is considering different acquisition strategies including indefinite delivery indefinite quantity contracts with a multi-year ordering period. If your firm would be interested in such work, you are strongly encouraged to submit a capability statement that addresses as a minimum, the questions presented within this announcement. The Government does not intend to rank submittals or provide any reply to interested firms. North American Industry Classification System (NAICS) Code 336413 Other Aircraft Parts and Auxiliary Equipment Manufacturing, is applicable to this acquisition. The small business size standard for this NAICS is 1,250 employees.

5. Contractors who can provide these trailers should submit in writing an affirmative response which includes as a minimum the following information:

a. What is the name of your business?

b. What is your business address?

c. Provide a point of contact to include telephone number and email address.

d. What is your business CAGE Code and Unique Entity ID number?

e. Based on your professional experience in the private sector, would you consider this requirement to coincide with work typically provided in the commercial market?

f. Provide an additional NAICS code with justification that you would recommend as being more applicable.

g. Specify your business type (large business, small business, small disadvantaged business, 8(a) certified small disadvantaged business, HUBZone small business, woman- owned small business veteran-owned small business, service-disabled veteran-owned small business) based upon NAICS 336413. Specify all that apply.

h. Would your firm propose on this project as a prime contractor, prime contractor with subcontractor(s), prime contractor with team member subcontractor(s), or a joint venture? If you have proposed a joint venture, identify to the extent possible, your team members. Identify the business size of your team members or joint venture firms. If a teaming arrangement is planned, give details to the extent practicable on how the team likely will be composed. See FAR subpart 9.6 for Government policy on teaming arrangements and 8(a) Program regulations described in 13 CFR 124.513

i. Identify any projects completed in the past three (3) years for the same or similar items to help determine your firm's capability in meeting the requirement for the items listed in the attached spreadsheet. Include any government contracts (Federal, State, or local) that you have been awarded for this type of requirement. Also, include the contract number and a government point of contact.

j. Is this equipment available on a GSA Schedule? If so, please provide the GSA Schedule number and special item number. If GSA is in the process of awarding a schedule for this service, please provide the GSA point of contact name and phone number.

k. Is this equipment available on any other Government contract? If so, please provide the contract information.

l. Is the attached draft SOW and drawings provided in a format that your company finds easy to understand?

m. Does your company have any suggestions regarding the draft Government requirement package (SOW/drawings)?

n. Does your company foresee any major challenges impacting the timely fabrication/delivery of the trailer?

o. Does your company have a suggested timeline to fabricate the trailer?

p. Has your company started the trailer fabrication process to produce a trailer which will meet the SOW requirements? If so where is your company in the process, and how long would you estimate it would take to complete?

q. Does your company have any other feedback regarding the requirement package or contract type?

r. Would your company be interested in participating in an industry day with the Air Force if available?

6. All responsible sources are encouraged to submit a capability statement response to this announcement. All such responses will be considered by the agency. Responses can be submitted electronically using the following address: nicole.dean.2@us.af.mil.

7. All responses must be received by 30 August 2024 at 1:00 PM central time. Responses shall be no more than 25 pages (single spaced, no smaller than Times New Roman, font size 12 or equivalent). If submissions exceed the page count noted, the Government will only review the first 25 pages and disregard the remainder of the submission. Extraneous materials (brochures, manuals, etc.) exceeding the 25 page count will not be considered. The Government does not intend to rank submittals or provide any reply to firms as it relates to the Government's review of the data submitted in response to this announcement.

8. TO RECEIVE A COPY OF THE GOVERNMENT DRAWING PACKAGE INTERESTED VENDORS MUST EMAIL THEIR REQUEST TO NICOLE.DEAN.2@US.AF.MIL. THE GOVERNMENT WILL THEN PROVIDE A COPY OF THE DRAWING PACKAGE THROUGH DOD SAFE.

Attachments:

1: Draft AFCEC MASS Trailer Statement of Work, dated 26 June 2024

Background
The United States Air Force, through the Air Force Civil Engineer Center (AFCEC), has a requirement for Mobile Aircraft Arresting System (MAAS) trailers with associated hardware. This system is critical for providing battle-damaged airfields with a transportable and relocatable arresting system capable of stopping United States and Coalition Forces tailhook fighter aircraft during emergencies. The MAAS trailers are commercially modified for military use and must meet specific safety and operational standards.

Work Details
The contractor must provide MAAS trailers that accept the Barrier Arresting Kit (BAK)-12 aircraft arresting system. The trailers must have the capability to lower themselves to the ground and raise back to their normal configuration using an onboard hydraulic system. Each trailer must include all auxiliary equipment and hardware necessary for anchoring to various surfaces, including concrete, asphalt, or soil. The following specifications apply:

- Must adhere to strict specifications, tolerances, codes, standards, and notes within USAF drawings.
- Must produce computer-aided design drawings per ASME standard Y14.1.
- Fabrication of parts from mild steel to specific dimensions per ASME Y14.5.
- Use of 1” thick carbon steel and 1/2" thick stainless steel with precision cutting methods.
- Follow AWS D1.1 welding standards for critically loaded structures.

Part Numbers:
- First article test approved vendors: AD-2332432 or 9D01164-905
- Vendors without an approved first article test: 201018582

Paint Specification:
- High Gloss Green Paint per MIL-PRF-85285, Revision E, Type II, Class H, Color Code 14052

Drawings Required:
- Mobile Arresting Unit: 1 drawing / 2 sheets
- Trailer Assembly: 1 drawing / 4 sheets
- Trailer Frame Assembly: 22 drawings / 41 sheets
- Trailer Body Fabrication: 18 drawings / 36 sheets
- Front Axle: 35 drawings / 40 sheets
- Rear Axle: 19 drawings / 20 sheets
- Wheel/Tire Assembly: 5 drawings / 5 sheets
- Hydraulic System: 15 drawings / 27 sheets
- Trailer Light System: 14 drawings / 19 sheets

Period of Performance
The first article testing must be completed within a maximum of 315 days after contract award. The contractor is required to submit the first article within 180 days after government drawing review.

Place of Performance
Tyndall AFB, Florida

Overview

Response Deadline
Aug. 30, 2024, 2:00 p.m. EDT Past Due
Posted
July 31, 2024, 2:08 p.m. EDT
Set Aside
None
Place of Performance
Tyndall AFB, FL 32403 United States
Source
SAM

Current SBA Size Standard
1250 Employees
Pricing
Likely Fixed Price
Est. Level of Competition
Low
Est. Value Range
Experimental
$5,000,000 - $15,000,000 (AI estimate)
Odds of Award
22%
On 7/31/24 Air Force Installation Contracting Agency issued Sources Sought FA8051-MAASTrailer-SourcesSought for AFCEC Mobile Aircraft Arresting System Trailers Sources Sought due 8/30/24. The opportunity was issued full & open with NAICS 336413 and PSC 1680.
Primary Contact
Name
Nicole Dean   Profile
Phone
None

Documents

Posted documents for Sources Sought FA8051-MAASTrailer-SourcesSought

Question & Answer

Incumbent or Similar Awards

Contracts Similar to Sources Sought FA8051-MAASTrailer-SourcesSought

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought FA8051-MAASTrailer-SourcesSought

Similar Active Opportunities

Open contract opportunities similar to Sources Sought FA8051-MAASTrailer-SourcesSought

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE AIR FORCE > AFMC > AF INSTALLATION & MISSION SUPPORT CENTER > FA8051 772 ESS PKD
FPDS Organization Code
5700-FA8051
Source Organization Code
500019422
Last Updated
Sept. 14, 2024
Last Updated By
nicole.dean.2@us.af.mil
Archive Date
Sept. 14, 2024