B-2 Hardness Maintenance/Hardness Surveillance (HM/HS) Test: Portable Hardness Surveillance Equipment Maintenance/Repair/Shipping and Test Execution Support of Low Level Continuous Wave Testing on Air Force Aircraft
ID: FA811024R0001Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8110 AFLCMC WWKTINKER AFB, OK, 73145-8758, USA

NAICS

Engineering Services (541330)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is conducting a market survey to identify potential sources for the B-2 Hardness Maintenance/Hardness Surveillance (HM/HS) Test, which includes maintenance, repair, shipping, and execution support for Portable Hardness Surveillance Equipment. The contractor will be responsible for providing all necessary labor, tools, materials, and supervision to perform test preparation and execution for B-2 Air Vehicles during Program Depot Maintenance, adhering to the Performance Work Statement (PWS). This initiative is crucial for ensuring the operational readiness and safety of Air Force aircraft, emphasizing the need for skilled personnel and robust technical support. Interested companies must submit their capability documentation by October 24, 2024, to Dayra J. Cole at dayra.cole@us.af.mil, as this is a sources sought synopsis and not a solicitation for proposals.

    Files
    Title
    Posted
    The document outlines a comprehensive inventory of system test equipment required for B-2 LLCW PM and Calibration projects, detailing specific models and quantities needed for operations. It includes various equipment categories, such as emergency lighting, fire suppression systems, environmental control units, antennas, computer subsystems, fiber optic cables, sensor modules, and battery packs. Particularly, the document emphasizes the need for substantial quantities of fiber optic components and current probes, indicating a focus on advanced communication and measurement technology. The structured inventory is designed to support government-related procurement through RFPs, ensuring that necessary equipment is available for efficient facility operation and maintenance. This thorough listing reflects adherence to federal standards, potentially aiding in subsequent funding applications and project proposals. The detailed breakdown showcases the complexity and breadth of equipment required for effective calibration and performance monitoring, emphasizing the importance of technical precision in government-related projects.
    The document lists various items, primarily focused on optical and electronic equipment, likely for governmental procurement needs, possibly within the context of federal grants or RFPs. Key items include numerous quantities of fiber optic cables (both 200 meters and 30 meters), power splitters, current probes, battery packs, calibration fixtures, and optical receivers. The significant repetition of fiber optic cables and current probes suggests a large-scale project requiring extensive telecommunications infrastructure. Additionally, several items pertain to specialized measurement and transmitting equipment, including digital multimeters and optical data transmitters, indicating a potential focus on precise testing and data acquisition. The structured presentation of items, organized by line number, reveals a methodical approach to inventorying necessary tools, likely for enhancing communication, data monitoring, and analysis capabilities within a governmental framework. This procurement underscores the importance of reliable technology in government operations and compliance with regulatory standards.
    The document outlines the requirements for Hardness Maintenance Hardness Surveillance (HM/HS) Test Support at the Air Force Plant 42 in Palmdale, CA. The contractor will collaborate with the Air Force Test Team to execute Low-Level Continuous Wave (LLCW) tests utilizing the Portable Hardness Surveillance Test System (PHSTS) and related equipment. Key responsibilities include technical engineering support, test planning, equipment operation, database preparation, data acquisition, and post-test analysis. Specifically, the contractor must ensure proper equipment functionality, maintain logs of test activities, and prepare detailed reports on system performance. The Contractor is also tasked with performing inspections, ensuring safety systems are operational, and conducting software updates. The main deliverable includes a fully functional test system capable of simultaneous data acquisition across multiple channels, with comprehensive training provided for effective software use. The ultimate goal is to provide robust technical support for the operational test, ensuring compliance with government standards and facilitating high-quality data acquisition and analysis. Overall, this document emphasizes the need for skilled personnel and meticulous planning to achieve success in aerospace testing operations.
    The document outlines estimated workload data and requirements for contract activities associated with conducting various tests related to aircraft. It serves as a guideline for contractors in terms of planning manpower and scheduling. The major tasks involve aircraft HM/HS tests scheduled twice yearly, encompassing test preparation, execution, post-test activities, and pre/post-test field mapping. Contractors are expected to collaborate with government personnel, providing a senior engineer and technician for each test. The estimate for contractor support outlines a senior engineer's involvement for 10 days (90 hours) and a technician for 12 days (110 hours), including travel. Additionally, contractors are mandated to supply materials and refurbish necessary equipment, with costs limited to $3,500. The document also details maintenance activities for the PHSTS trailer, establishing intervals for necessary inspections, including DOT certification and fire safety. This document is a crucial component of federal RFPs, guiding contractors on support expectations, operational protocols, and compliance with safety requirements during the contract period.
    The Performance Work Statement (PWS) outlines the requirements for Hardness Maintenance and Hardness Surveillance (HM/HS) test support and equipment maintenance. The contractor is responsible for operational maintenance, testing, and returning items to serviceable condition, primarily involving the Portable Hardness Surveillance Test System (PHSTS), which requires thorough inspection and maintenance of its integrated components. Key responsibilities include preventive and remedial maintenance, quality acceptance inspections, and timely reporting on the condition and repair status of government assets. Additionally, the contractor must manage government property and adhere to safety regulations throughout the project. The contractor's performance will be evaluated based on specified thresholds and compliance levels, ensuring defect-free delivery of repaired items. The document establishes responsibilities regarding ozone-depleting substances, customer service, and contingency plans for unplanned surges in demand. Overall, this PWS serves as a comprehensive guideline for the contractor to maintain high standards of operational efficiency while complying with safety and regulatory requirements in service support for the Department of Defense.
    The document outlines a Sources Sought Synopsis (SSS) for the B-2 Hardness Maintenance/Hardness Surveillance (HM/HS) Test, aimed at identifying potential suppliers with the expertise to fulfill specified testing requirements. It clarifies that this is a market research initiative and not a solicitation or proposal request. Interested companies are invited to submit documentation demonstrating their capabilities, including details on relevant experience and resources. Key requirements include providing all necessary labor, tools, and materials for maintenance testing of B-2 Air Vehicles during Program Depot Maintenance (PDM), following the Performance Work Statement (PWS). The document encourages participation from both large and small businesses and suggests that small businesses may be given exclusive contract areas. Responses must include specific business information and answers to capability survey questions. Submissions are due by 24 October 2024, with correspondence directed exclusively via email to the assigned contracting officer, Dayra J. Cole, underscoring the formal nature of the inquiry. This process reflects standard government practices to ensure effective sourcing for complex defense contracts, emphasizing thoroughness and capability verification.
    Similar Opportunities
    B-2_Keyboard_Data_Entry_5895-01-527-7727_PN160749-08-01
    Active
    Dept Of Defense
    Sources Sought DEPT OF DEFENSE is seeking prospective vendors for an engineering services effort regarding the B-2 Data Entry Panel (DEP). The B-2 DEP is a flight safety critical unit used for avionics monitoring and control capabilities. The unit is designed for nuclear environment operations and is in critical need of obsolescence resolution. The purpose of this effort includes the design, build, and qualification of support equipment for test and manufacturing of the DEP, as well as updating the Technical Data Package (TDP) to enable future procurement and repair. Potential vendors must be capable of evaluating proposed alternatives for long-term sustainment, maintaining LRU form, fit, and function, and meeting all current B-2 DEP P-Spec requirements. Northrop Grumman is currently the only known source with qualifications for this effort.
    B-2 Cylinder Assembly
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the procurement of B-2 Cylinder Assemblies, specifically designed to activate the main landing gear doors of aircraft. The solicitation requests a 20% reduction in cost and a 25% reduction in production lead time for a total quantity of eight units, which are made from aluminum/alloy materials. This procurement is critical for maintaining the operational readiness of military aircraft, with a delivery deadline set for August 12, 2025. Interested vendors should submit their capability statements or proposals to Dana Craun at dana.craun@us.af.mil or call 405-426-9405, as electronic procedures will be utilized for this solicitation.
    Overhaul of B-1 of Electromechanical Actuator
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting market research to identify potential sources for the overhaul of electromechanical actuators, focusing on NSN 1680-01-509-7158RK. The requirement anticipates the repair of 65 units over a five-year period, with an emphasis on returning them to "like new" condition. This effort is crucial for maintaining operational readiness and safety of Air Force equipment, and the government is particularly interested in participation from small and disadvantaged businesses. Interested vendors must respond to the Sources Sought Synopsis to be considered for the qualification process, and they are encouraged to submit a Source Approval Request (SAR) package detailing their capabilities. For further inquiries, interested parties can contact Amy Gil at amy.gil@us.af.mil or Mayona Presley at mayona.presley@us.af.mil. Please note that no solicitation is currently available, and no funds are allocated for this market research effort.
    B-2 KU-Band (Lower) Antenna NSN 5985-01-262-1927 P/N DAA3391P010-105
    Active
    Dept Of Defense
    Sources Sought DEPT OF DEFENSE B-2 KU-Band (Lower) Antenna NSN 5985-01-262-1927 P/N DAA3391P010-105 The Department of Defense, specifically the Department of the Air Force, is seeking prospective vendors for an engineering services effort regarding the B-2 Ku-Band (Lower) Antenna. This antenna is part of the B-2 Ku-Band radar system used to identify and determine the range and bearing of the vehicle. It also serves as a secondary structure that forms a portion of the outer mold line. The unit is designed for low observable and nuclear environment operations. The purpose of this effort is to resolve obsolescence, develop, and qualify a sustainable configuration for manufacturing. The Air Force is in search of vendors who can evaluate the Bill of Materials (BOM), production/test equipment, and documentation, identify obsolete parts and materials, propose alternatives for long-term sustainment, maintain the form, fit, and function of the antenna, meet all existing specification requirements, address testing requirements, and develop and deliver a full production Technical Data Package. At this time, Northrop Grumman is the only known source with qualifications to execute this effort. However, the Air Force is conducting this market survey to identify potential sources that may possess the specialized expertise, capabilities, and experience required. It is important to note that participation in this survey does not ensure participation in future solicitations or contract awards, and the government will not reimburse participants for any expenses associated with their participation. Prospective vendors must demonstrate their capabilities and past performance in areas such as low observable applications, repair and manufacture of B-2 aircraft antennas, B-2 aircraft integration testing, B-2 aircraft environmental testing, and compliance with security clearance requirements. Additionally, vendors must maintain a corporate cost accounting system that meets the requirements of DCMA and/or DCAA, and must not be owned by a foreign company or individual for the duration of any potential government contract. Small businesses are encouraged to indicate if conditions exist for a small business set-aside for any portion of the requirement, and provide information on their qualifications and experience. Large businesses should submit their reasonable expectation of subcontracting opportunities for small business concerns. The place of performance for this procurement is Oklahoma City, OK, with a zip code of 73145, and the primary contact for this notice is 424 SCMS/GUEAA. For more information, interested parties can contact 424SCMS.RFI.Responses@us.af.mil.
    TT&E/Overhaul of B-2 Fuel Temperature Control Valve Assembly
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the overhaul and testing of the B-2 Fuel Temperature Control Valve Assembly, identified by NSN 4820-01-347-6596 FW. The procurement requires contractors to restore government-furnished reparable items to like-new condition, adhering to stringent quality assurance measures, safety protocols, and compliance with technical orders throughout the overhaul process. This assembly is critical for the operational integrity of the B-2 aircraft, emphasizing the importance of maintaining high standards in military equipment. Interested parties must submit their quotations by October 23, 2024, and can direct inquiries to Amy Gil at amy.gil@us.af.mil for further information.
    B-2 HEAT EXCHANGER AIRCRAFT, NSN: 1660-01-350-8210FW, PN: 793305-2
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the acquisition of B-2 heat exchangers, specifically identified by National Stock Number (NSN) 1660-01-350-8210FW. The procurement involves a sole source acquisition for a total of 12 units, with the possibility of adjusting the quantity between 3 and 18 units based on competitive pricing and proposals submitted by vendors, particularly Hamilton Sundstrand Corporation. These heat exchangers are critical components for the B-2 aircraft, ensuring optimal performance and operational readiness. Proposals must be submitted by October 28, 2024, with delivery expected by February 26, 2026, and interested parties can contact John Nolan at john.nolan.8@us.af.mil or by phone at 405-855-3542 for further details.
    Overhaul of B-1 Hydraulic Motors
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a contract focused on the overhaul of B-1 Hydraulic Motors, with a firm fixed-price requirements contract anticipated for one year starting December 2024. The contractor will be responsible for providing all necessary materials, labor, and expertise to restore government-furnished reparables to a like-new condition, ensuring compliance with stringent quality standards and technical specifications. This procurement is vital for maintaining the operational readiness of military aircraft, reflecting the Air Force's commitment to reliable maintenance and parts supply. Interested vendors must submit their proposals by November 13, 2024, and can direct inquiries to Dessie Breslin at dessie.breslin@us.af.mil or David O'Rourke at david.orourke@us.af.mil.
    Overhaul of B-52 Bypass Ducts
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force, is seeking qualified contractors for the overhaul of B-52 Engine Bypass Ducts, as outlined in a Sources Sought notice. The procurement involves comprehensive repair services, including disassembly, cleaning, inspection, reassembly, and testing of the ducts, with strict adherence to established technical data and quality standards. This initiative is crucial for maintaining the operational readiness and performance of the B-52 fleet, ensuring that all overhauled components meet the necessary technical and operational specifications. Interested vendors are encouraged to respond to the notice and submit their qualifications to the primary contact, 424th SCMS, via email at 424.SCMS.AFMC.RFI.Responses@us.af.mil, to participate in the market research process before a formal solicitation is issued.
    Automatic Tap Testers
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the procurement of two automatic tap testers under solicitation number FA812525Q0002. These handheld devices, which must weigh no more than 1.5 lbs and be battery-powered, are essential for detecting disbonding, damage, or delamination in honeycomb sandwiched materials with panel thicknesses up to 5 mm, and they must include features such as a digital XY plotter for defect mapping and a durable protective case. The contract is set aside for small businesses, with a firm-fixed price structure, requiring delivery to Tinker Air Force Base in Oklahoma by December 6, 2024. Interested vendors should direct inquiries to Linsey Laird or Jason Shirazi via email and ensure compliance with all specified regulations and submission requirements outlined in the solicitation documents.
    Diffractive Optic Head Up Display (DOH) Electronic Module Assemblies (EMA) Wide Area Conventional (WAC) Electronic Module Assemblies (EMA)
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force, is seeking potential contractors capable of performing repairs on Diffractive Optic Head Up Display (DOH) Electronic Module Assemblies (EMA) and Wide Area Conventional (WAC) EMAs. This Sources Sought Synopsis aims to identify responsible sources for these critical electronic component repairs, with a focus on gathering information to inform future acquisition strategies, including the possibility of a Small Business Set-Aside. The Air Force emphasizes the necessity for contractors to possess the required technical data for redesign and repair, as the government does not own such data. Interested parties, particularly small businesses, are encouraged to submit their qualifications, including relevant experience and company profiles, by October 24 at 4:00 PM MST. For further inquiries, interested contractors may contact Jesse Baird at jesse.baird@us.af.mil or Alan Gibson at alan.gibson@us.af.mil.