Search Contract Opportunities

Power Systems Virtual IUID Part Marking   2

ID: FA820622R0008 • Type: Sources Sought

Description

1. Description of Intent:

This is not a solicitation but rather a Sources Sought Synopsis (SSS) to determine potential sources for information and planning purposes only.

The purpose of this Sources Sought is to conduct market research to determine if responsible sources exist, to assist in determining if this effort can be competitive and/or a total Small Business Set-Aside. The proposed North American Industry Classification Systems (NAICS) Code is 336413 which has a corresponding Size standard of 1250 number of employees. The Government will use this information to determine the best acquisition strategy for this procurement. The Government is interested in all small businesses to include 8(a), Service- Disabled Veteran-Owned, Hubzone, and Women-Owned small business concerns. The government requests that interested parties respond to this notice if applicable and identify your small business status to the identified NAICS code. Additionally, please provide any anticipated teaming arrangements, along with a description of similar services offered to the Government and to commercial customers for the past three years. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners.

General Information:

To identify the future qualification sources who may have potential solutions to virtually IUID mark Secondary Power Systems components using optical scanning. This scanning would include a methodology for a device to utilize scanning technologies (similar to fingerprinting) and part recognition. This technology would need to recognize parts before and after they experience harsh environments (which may include, but are not limited to excessive heat, cleaning processes, thermal cycling, minor abrasion). The technology shall also have an ability to communicate with Government applications in the future to transmit the unique data to Government data systems to help identify the components all over the world. In the DoD, timing is of the essence, the optical scanner shall be fast and easy-to-use for mechanics and technicians. It shall also be safe to all personnel utilizing the equipment. The Government will use this information to determine the best process for uniquely identifying parts.

2. This SSS is for multiple p/n's and NSN's:

P/N Description NSN

170950-100B HOUSING, COMBUSTION 2835-01-523-7610

3600471-1 LINER,COMBUSTION CH 2835-00-476-4185

3615880-1 ROTOR,TURBINE,NONAI 2835-01-284-3967

364919-1 CASE/NOZZLE ASSY,TURBINE 2835-00-298-9471

364919-4 CASE/NOZZLE ASSY,TURBINE 2835-01-465-8293

364955-13 PLENUM,TURBINE 2835-01-003-3678

366820-4 HOUSING,ANTIFRICTIO 2835-01-474-8756

367136-3 CLUTCH,POSITIVE,NONVEHICULAR 3010-01-315-6154

367646-3 AXIAL, CONTAINMENT 2835-01-370-7427

367741-1 CHAMBER,COMBUSTION, 2835-00-310-8800

367741-2 CHAMBER,COMBUSTION, 2835-01-473-2612

3830077-2 CHAMBER,COMBUSTION 2835-01-166-1275

3830077-5 CHAMBER,COMBUSTION 2835-01-166-1275

3842062-1 ROTOR,TURBINE,NONAI 2835-01-284-3967

3846004-4 SCROLL,TURBINE 2835-01-011-5718

3846004-9 SCROLL,TURBINE 2835-01-011-5718

3846019-7 PLENUM ASSEMBLY,TUR 2835-01-049-8502

4502902 WHEEL,COMPRESSOR,

NONAIRCRAFT GAS TURBINE 2835-01-459-6002

5003714 HOUSING,GEARBOX,

TURBINE ENGINE 2835-01-055-6557

5004052 IMPELLER,TORQUE CONVERTER 2835-01-055-6562

698249-1 DISK AND HUB,COMPRESSOR,

NONAIRCRAFT GAS 2835-00-111-8033

698250-1 DISK AND HUB,COMPRESSOR,

NONAIRCRAFT GAS 2835-00-111-8037

892327-1 SUPPORT,TURBINE COM 2835-00-110-6858

899633-2 PLENUM,COMPRESSOR 2835-00-473-1360

899658-1 CASE, COMBUSTION CHA 2835-00-110-9150

899658-2 CASE, COMBUSTION CHA 2835-00-110-9150

968808-2 PLENUM HALF ASSEMBLY 2835-00-242-1468

968808-3 PLENUM HALF ASSEMBLY 2835-01-235-5192

976768-2 DIFFUSER ASSY, COMP 2835-01-444-0026

977210-1 VANE ASSEMBLY,COMPR 2835-00-476-7768

977307-2 VANE ASSEMBLY, FAN, N 2835-01-444-6417

The Air Force is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support this requirement.

THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred.

3. Submission Instructions:

Both large and small businesses are encouraged to participate in this Market Research.

If you desire to participate in the market research and your organization has the potential capacity to perform these contract requirements, please provide the following information below in the contractor capability survey as well as tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. Additionally, please provide any anticipated teaming arrangements, along with a description of similar services offered to the Government and to commercial customers for the past three years. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. All information submitted will be held in a confidential status. All proprietary information should be marked as such.

Responses to this announcement shall include the following:

1) Detailed descriptions of capability and experience in unique optical scanning for part identification

2) Current or previous contracts (if any) using optical part scanning or similar;

3) Impediments or unique issues that would apply to support virtually marking and optically uniquely scanning parts

4) A brief description of how the technology could interface with database systems to recognize the part and store the information scanned without utilizing extensive amounts of data

5) Time needed to setup and the versatility of the equipment needed to scan

6) Business size and percentage goals for small businesses. Please do not send brochures or other marketing information. Responses must be electronically submitted in accordance with this synopsis and shall be limited to 10 pages

7) Equipment shall be to a high enough TRL to allow the government to utilize COTS hardware and software to scan, test, and then rescan after all testing is complete. The system shall recognize the part before and after all testing.

Submission shall also include the following information:

  1. Relevant Experience to include describing the offeror's capabilities with regard to trouble shooting, testing, scanning, and IUID history.
  2. Company profile to include the following:
    1. Firm name, mailing and manufacturing facility location.
    2. CAGE code and DUNS number
    3. Small Business designation/status claimed.
    4. Interested parties must submit with their response the following:
      1. A brief summary of the company's capabilities (a description of facilities, personnel, and past repair experience as it relates to the provided criteria herein) and availability
      2. Some items may be considered to be sensitive information. Each interested company shall explain how they will keep all parts and information provided confidential and secured.
      3. Technical data package that would be used in part recognition, part setup for ease-of-use, or any agreement or access to all appropriate data the government does not own or have the right to utilize as part of the testing.
        1. Support and test equipment availability;
        2. Proof that you have previously provided, or are currently providing, the same or similar service to the DoD or to an OEM. This can be a list of present or past government contract numbers, with award dates.
    5. Explanation of how all testing and evaluation criteria will be met and tested. Accreditation number of laboratory to be used shall be provided.

Testing and Repair Evaluation: All interested parties will be required in the future to offer their equipment for use and testing. Testing is anticipated to be conducted in the following manner.

1.1 Pre-inspection. Optically inspect a small area of the part. Inspection shall not adversely affect the form, fit or function of the part.

1.2 Assembly Build-up. The assembly shall be built up according to Government technical data.

1.3 Testing. The Secondary Power Systems assembly shall be tested in accordance with USAF technical orders.

1.4 Teardown of Assembly. The recently tested assembly shall be torn down in accordance with USAF technical orders and shall be cleaned in a manner that normally complies with technical data.

1.5 Post-testing. Upon completion of the cleaning of the parts, the parts will be rescanned using the optical equipment to ensure that the part is still recognizable.

CONTRACTOR CAPABILITY SURVEY

Business Information

Please provide the following business information for your company/institution

  • 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. Size Standard 1250 employees.

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)
  • HUB Zone 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).

Interested parties who consider themselves qualified are invited to submit a response to this Sources Sought Notice.

Response Date and Submission: Interested parties have 20 calendar days from the date of this publication to submit information to be considered. The information provided is to the best of the Government's knowledge of plans, desires, and general situation as it exists at this time. This requirement is in the acquisition planning phase; therefore, all information provided herein is potentially subject to change. Any response to this market research should reference the following: Power Systems Virtual IUID Part Marking.

Overview

Response Deadline
May 18, 2022, 6:00 p.m. EDT Past Due
Posted
April 28, 2022, 2:14 p.m. EDT
Set Aside
None
Place of Performance
Not Provided
Source
SAM

Current SBA Size Standard
1250 Employees
Pricing
Likely Fixed Price
Est. Level of Competition
Low
Odds of Award
21%
On 4/28/22 Air Force Sustainment Center issued Sources Sought FA820622R0008 for Power Systems Virtual IUID Part Marking due 5/18/22. The opportunity was issued full & open with NAICS 336413 and PSC H215.
Primary Contact
Name
Terra Clarke   Profile
Phone
(801) 586-3954

Secondary Contact

Name
Paige LaPoint   Profile
Phone
(801) 586-2947

Documents

Posted documents for Sources Sought FA820622R0008

Question & Answer

Opportunity Lifecycle

Procurement notices related to Sources Sought FA820622R0008

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought FA820622R0008

Similar Active Opportunities

Open contract opportunities similar to Sources Sought FA820622R0008

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE AIR FORCE > AFMC > AIR FORCE SUSTAINMENT CENTER > FA8206 AFSC PZAAA2
FPDS Organization Code
5700-FA8206
Source Organization Code
500042220
Last Updated
April 28, 2022
Last Updated By
terra.clarke@us.af.mil
Archive Date
April 28, 2022