Conventional Rotary Launcher (CRL) Overhaul Kit Request for Information
This Request for Information (RFI) is not a formal Request for White Paper or a Request for Proposal and is not to be construed as a commitment by the Government to issue a solicitation or ultimately ... This Request for Information (RFI) is not a formal Request for White Paper or a Request for Proposal and is not to be construed as a commitment by the Government to issue a solicitation or ultimately award an agreement. Responses will not be considered as proposals, nor will any award be made as a result of this synopsis. All information contained in the RFI is preliminary as well as subject to modification and is in no way binding on the Government. The Government does not intend to pay for information received in response to this RFI. Responders to this invitation are solely responsible for all expenses associated with responding to this RFI. This RFI will be the basis for collecting information on capabilities available. This RFI is issued solely for information and planning purposes. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received in response to this RFI that is marked “Proprietary” will be handled accordingly. Please be advised that all submissions become Government property and will not be returned nor will receipt be confirmed. Responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract. Air Force Nuclear Weapons Center, Missile Sustainment Division (AFNWC/NDM), is contemplating the award of an “Other Transaction” Agreement (OTA) to approved sources to provide parts for the CSRL/CRL Overhaul Kit. Other Transactions (OTs) are codified in 10 U.S.C. 2371b (section 2371b), and offer a streamlined method for carrying out prototype projects and transitioning successes into follow-on production. “OTs” for Prototype Projects: Section 2371b authorizes DoD to carry out prototype projects using legal instruments other than a procurement contract, grant, or cooperative agreement under the authority of section 2371. Because awards for prototype projects are intended to provide DoD a direct benefit, these OTs are acquisition instruments. The 2371b instrument is a legally binding agreement between DoD and the participant(s) of a transaction. In order for an agency to enter into a transaction for a prototype project under the authority of Section 2371b, the following conditions must be met: 1. There is at least one nontraditional defense contractor participating to a significant extent in the prototype project; 2. All significant participants in the transaction other than the Federal Government are small businesses or nontraditional defense contractors; 3. At least one third of the total cost of the prototype project is to be paid out of funds provided by parties to the transaction other than the Federal Government; or 4. The senior procurement executive for the agency determines in writing that exceptional circumstances justify the use of a transaction that provides for innovative business arrangements or structures that would not be feasible or appropriate under a contract, or would provide an opportunity to expand the defense supply base in a manner that would not be practical or feasible under a contract. The government is requesting information from industry in regards to specific parts, listed in Table 1, which needs to be qualified through the Government to provide parts to support a CSRL/CRL Overhaul Kit. Originally developed in the 1980s, the CSRL/CRL is used on the B-52 Stratofortress. There are (~104) CSRLs/CRLs in the inventory and their primary function is to store and launch the Air Launched Cruise Missile (ALCM) and various conventional weapons. The CSRL/CRL has exceeded its original life and requires overhaul to replace aging components on the CSRL/CRL. The purpose of this OT is to remanufacture and approve sources for the CSRL/CRL Overhaul Kit parts, listed in Table 1, to meet Government needs and allow for a complete overhaul kit to be put together in order to overhaul the CSRL/CRL, therefore extending the service life of the CSRL/CRL for the next 30 years at minimum. The Government wishes to invite any companies who are interested in providing information for market research purposesthat may lead to an OTA for prototyping, to include qualification testing and potential follow-on production of a CSRL/CRL Overhaul Kit identified in Table 2. to fill out the following information: SECTION A - Company Information: 1. Company Name: 2. Mailing Address: 3. Name/phone/email of Corporate Point of Contact (POC): 4. Name/phone/email of Technical POC: 5. CAGE Code: 6. DUNS Number: 7. Small Business Status: 8. Company Web Page 9. List Government wide, DoD, DLA contracts you are on that are applicable as a Prime Contractor or a Subcontractor SECTION B – Nontraditional/Traditional Defense Contractor: Please reference the following definitions below to answer the following question: Nontraditional Defense contractor. A business unit that has not, for a period of at least one year prior to the date of the OT agreement, entered into or performed on (1) any contract that is subject to full coverage under the cost accounting standards prescribed pursuant to section 26 of the Office of Federal Procurement Policy Act ( 41 U.S.C. 422) and the regulations implementing such section; or (2) any other contract in excess of $500,000 to carry out prototype projects or to perform basic, applied, or advanced research projects for a Federal agency, that is subject to the Federal Acquisition Regulation. Traditional Defense contractors may receive an OT when any of the following conditions apply: • The contractor partners with a nontraditional defense contractor to a “significant extent” o Significant extent is defined as: The nontraditional defense contractor is supplying a key new product or technology to the project; a significant amount of the effort is being performed by the nontraditional defense contractor; the work performed by the nontraditional defense contractor is intended to result in a material reduction in cost or schedule or an increase in performance • The contractor contributes at least a 1/3 cost share IAW 10 USC 2371 §845(a)(2) • The Services Acquisition Executive (SAE) certifies an exceptional circumstance Vendors need to address if your company is considered “traditional” or “non-traditional” in accordance with the definitions above. 1. If your company is a traditional defense contractor, would your company be interested in cost-sharing with the government of at least 1/3 total cost of the prototype? 2. If your company is a traditional defense contractor, would your company be interested in partnering with a non-traditional defense contractor? If yes, what portion of the work would the non-traditional defense contractor be conducting? 3. If your company is a non-traditional defense contractor, would your company be interested in partnering with a traditional defense contractor? If yes, what portion of the work would you be conducting as the non-traditional contractor? SECTION C – Technical Objectives: Please provide a brief summary of how the vendor would meet the following technical Government objectives: 1. Deliver as per table 1 of CSRL/CRL parts which meet Government provided design and performance specifications. Must also meet lifecycle and product support requirements, to include a minimum of a 30 year service life as originally designed, without any periodic maintenance or servicing. (See Export Control paragraph below) Component NSN FLIS Nomenclature CAGE Part Number CSRL/CRL = A CSRL Only = B Qty per kit 5365016884871 SPACER,SLEEVE 00624 17351-225 A 3 4720016877183 GUARD,HOSE-TUBING 82918 405-10387-3 A 1 4720016878855 HOSE ASSEMBLY,NONME 82918 405-10423-1 B 8 4720016875953 HOSE ASSEMBLY,NONME 98748 405-10423-2 B 8 4720012619888 HOSE,AIR DUCT 98748 405-10423-3 B 1 4720012629969 HOSE,AIR DUCT 98748 405-10423-4 B 1 4720012629971 HOSE,AIR DUCT 82918 405-10423-501 B 1 5315012630009 PIN,GROOVED,HEADLES 98748 405-10606-505 A 3 3020012629995 LINK,ROLLER CHAIN 82918 405-10612-512 A 3 3120016876306 BEARING,SLEEVE 82918 405-12061-1 A 1 Parts Description: a. P/N 17351-225 is a spacer sleeve IAW Boeing standard BACC10BR3225. b. P/N 405-10387-3 is a tubular plastic foam insulation IAW MIL-P-15280. c. P/Ns 405-10423-1, -2, -3, -4, 501 are all flexible hose assemblies of different lengths and bend configurations comprised of a rubber hose with imbedded steel spiral support and silicone calendared Dacron fabric protective sleeve. d. P/N 405-10606-505 is an approximately 1” diameter 4330M steel pin with a retaining ring slot. e. P/N 405-10612-512 is a 5.3” dogbone link comprised of 405-10610-502 support link made of chromium plated 4330M bar and 405-10610-503 bearing made of 440C CRES bar. f. P/N 405-12061-1 is a Teflon monoball bearing. This part number is built to Boeing source control drawing 405-12061-1. This part will require extensive engineering to qualify a vendor and approve final product. Table 2. A/B Kit List Component NSN FLIS Nomenclature CAGE Part Number CSRL/CRL = A CSRL Only = B UPA 5365016916847 BUSHING,SLEEVE 00624 17237-225 A 3 5365016884871 SPACER,SLEEVE 00624 17351-225 A 3 1660016877330 INSULATION PIPE COV 82918 405-10381-3 A 1 1660016877337 INSULATION PIPE COV 91750 405-10382-3 A 1 4720016877183 GUARD,HOSE-TUBING 82918 405-10387-3 A 1 5340016877167 HOOK,SUPPORT 82918 405-10393-1 A 3 5340016876340 HOOK,SUPPORT 82918 405-10393-2 A 3 4720016878855 HOSE ASSEMBLY,NONME 82918 405-10423-1 B 8 4720016875953 HOSE ASSEMBLY,NONME 98748 405-10423-2 B 8 4720012619888 HOSE,AIR DUCT 98748 405-10423-3 B 1 4720012629969 HOSE,AIR DUCT 98748 405-10423-4 B 1 4720012629971 HOSE,AIR DUCT 82918 405-10423-501 B 1 4720012629973 HOSE,AIR DUCT 82918 405-10423-6 B 1 5340012638782 CLIP,RETAINING 98748 405-10606-503 A 3 5340012629998 CLIP,RETAINING 98748 405-10606-504 A 3 5315012630009 PIN,GROOVED,HEADLES 98748 405-10606-505 A 3 5315012629999 PIN,GROOVED,HEADED 98748 405-10606-506 A 3 3020012629995 LINK,ROLLER CHAIN 82918 405-10612-512 A 3 4720016957057 HOSE ASSEMBLY,NONME 82918 405-10768-503 A 8 5315012630017 PIN,GROOVED,HEADLES 98748 405-10848-501 A 1 5340016693547 STRAP,RETAINING 6D8P7 405-10876-1 B 1 4810012554819 VALVE,FLOW CONTROL 82918 405-10906-501 B 1 5315016876336 PIN,STRAIGHT,HEADLESS 82918 405-12055-2 A 3 3120016876306 BEARING,SLEEVE 82918 405-12061-1 A 1 4730012448434 CLAMP,HOSE 80205 4820SS B 10 5330016877884 GASKET 15284 614A51-3132-1 B 2 5930012612237 SWITCH,SENSITIVE 82918 675-12199-503 A 8 5331001651946 O-RING 0U583 AS3209-228 A 4 5331001651948 O-RING 0U583 AS3209-230 A 2 5310002085775 NUT,PLAIN,HEXAGON 0U583 AS5178-08 A 8 5340016879241 SLEEVE,COUPLING,CLA 81205 BACC10BR2225A A 3 5340016880865 COUPLING,CLAMP,GROO 81205 BACC10BR8225 A 3 4730012643639 SLEEVE,CONNECTING,N 05399 BE590A3-11 A 2 4730016879527 COUPLING,HOSE 82918 BE590A4-12 A 1 4730012659346 SLEEVE,CONNECTING,N 05399 BE590A-6-13 A 8 6150015579622 LEAD,ELECTRICAL 96906 M8313/8-G004BB A 3 5310008071474 NUT,SELF-LOCKING,EX 80205 MS21042L3 A 6 5310014734829 NUT,SELF-LOCKING,PL 80205 MS21060-8 A 22 3110000420929 BEARING,BALL,AIRFRAME 0U583 MS27642-37 A 1 5331007021048 O-RING 0U583 MS28775-126 A 8 5331002638031 O-RING 0U583 MS29512-08 A 12 5975009846582 STRAP,TIEDOWN,ELECT 0U583 MS3367-1-0 A 2 5305016877629 SETSCREW 96906 MS51038-179 A 1 5305009287072 SCREW,CLOSE TOLERANCE 80205 NAS1132-10 A 8 5310013522752 WASHER,FLAT 80205 NAS1149C0332R A 2 5310013529592 WASHER,FLAT 80205 NAS1149C0432R A 4 5310013529593 WASHER,FLAT 80205 NAS1149C0463R A 38 5310001670808 WASHER,FLAT 80205 NAS1149C1063R A 3 5310001834406 WASHER,FLAT 80205 NAS1149D0363J A 12 5310008700755 WAS HER,FINISHING 80205 NAS1169-10 A 2 5310008943638 NUT,SELF-LOCKING,EX 80205 NAS1291C3M B 2 5305012450702 SCREW,CAP,SOCKET HE 80205 NAS1351C3-14 B 2 5305010563198 SCREW,CLOSE TOLERAN 80205 NAS1580A3T5 A 2 5305012646380 SCREW,CLOSE TOLERAN 80205 NAS1580C4T32 A 27 5310002816347 WASHER,RECESSED 80205 NAS1587-8C A 44 5305010585376 SCREW,CLOSE TOLERAN 80205 NAS158A3T6 A 2 5310012668401 NUT,SELF-LOCKING,EX 80205 NAS1805-10 A 3 5310011960241 NUT,SELF-LOCKING,EX 80205 NAS1805-4 A 27 5305009952125 SCREW,MACHINE 80205 NAS603-7P A 6 5306016877331 BOLT,SHEAR 80205 NAS6703LU7 A 2 5306010065461 BOLT,SHEAR 80205 NAS6704H3 A 4 5306012695127 BOLT,SHEAR 80205 NAS6704LU2 A 11 5306016876150 BOLT,SHEAR 80205 NAS6708E9 A 44 5310008071473 NUT,SELF-LOCKING,EX 80205 NASM21042-08 A 6 5330016876253 SEAL,PLAIN 09257 S30775-331-H5 A 1 5330016876191 SEAL,PLAIN 09257 S32909-227 A 1 5360011377213 SPRING,HELICAL,COMP 56988 S-743 A 1 4730010237108 CLAMP,HOSE 81205 STBC10GG-22-26 B 16 3110016916948 BEARING,BALL,DUPLEX 21335 Y224PWICRDB A 1 4730009083194 CLAMP,HOSE B 32 2. Confirm capability of producing a sufficient quantity of each of the parts listed in Table 1 to support a minimum of 15 CSRL/CRL Kits per year as described in Table 2, and include a description of the manufacturing process. Please note, any parts not associated w/ table 1 can be sourced by DLA. 3. The Government anticipates the need of (44) “A” kits and (60)”B” kits. 4. Describe expected timeframe for completion of prototype and final report for each part listed in Table 1. 5. Describe expected timeframe to reach full-rate production. SECTION D – General Objectives: Please provide a brief summary of how the vendor will achieve the following general Government objectives: 1. Invite innovative solutions; for example, products made or remanufactured with new technologies, materials, and or methods. However all solutions must comply with form, fit, function and interface. 2. Provide information on company’s past performance and existing solutions producing same or similar products as those described in Table 1. 3. Request information about whether or not a non-developmental item, commercial item, or if a commercial item exists that can be modified to meet the Government’s requirement 4. What barriers from an industry perspective do you recognize or foresee in participating in this OTA? 5. What is your estimated prototyping price? *Non-developmental Item. 1. Any previously developed item of supply used exclusively for government purposes by a federal agency, a state or local government, or a foreign government with which the United States has a mutual defense cooperation agreement. 2. Any item described in item 1 that requires only minor modifications or modifications of the type customarily available in the commercial marketplace in order to meet the requirements of the procuring department or agency. 3. Any item of supply being produced that does not meet the requirements of items 1 or 2 solely because the item is not yet in use. Export Control Notice. This acquisition may involve technology that has a military or space application. The only contractors who may participate are those that are certified and registered with the Defense Logistics Information Service (DLIS) (1-800-352-3572) and have a legitimate business purpose. Requests for data must be accompanied by a copy of the current and approved DD Form 2345. The form, including instructions for completing the form, is available at: http://www.esd.whs.mil/Portals/54/Documents/DD/forms/dd/dd2345.pdf Submission Instructions Interested vendors should submit their responses no later than 01 Aug 2022 by Noon, Central Time to all AFNWC/PZNT POCs listed below: • Susan Heath, Agreements Officer, susan.heath@us.af.mil • Troy Archie, Agreement Specialist, troy.archie@us.af.mil Interested vendors shall provide cover page in the following format and limit responses to 4 pages. Cover Page Information (NOT included in 4-page limit) Identification Company Name Company Address Point of Contact (Primary) Phone Number E-mail Address Cage Code DUNS Company Web Page Other Classifications (e.g. large business, small business, SDB, HUBZone, 8(a), SDVOSB, WOSB, etc.) List Government Wide, DoD, or DLA contracts you are on that are applicable as a Prime or a Subcontractor Questions regarding this RFI shall be submitted in writing by email to troy.archie@us.af.mil with a copy to Susan Heath. Verbal questions will NOT be accepted. Answers to questions will be posted to the System for Award Management (SAM). The Government does not guarantee that questions received after 1 Aug 2022 will be answered. The Government will not reimburse companies for any costs associated with the submissions of their responses.
Data sourced from SAM.gov.
View Official Posting »