Skip to main content

An official website of the United States government

You have 2 new alerts

KC135 Auxiliary Power Unit

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Sources Sought (Updated)
  • Updated Published Date: Sep 07, 2022 02:22 pm MDT
  • Original Published Date: Aug 04, 2022 12:54 pm MDT
  • Updated Response Date: Dec 02, 2022 04:00 pm MST
  • Original Response Date: Dec 02, 2022 04:00 pm MST
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date:
  • Original Inactive Date:
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:
    USA

Description

NOTICE:  This is not a solicitation but rather a Sources Sought Announcement to determine potential sources for information and planning purposes only.  A Repair Qualification Requirement (RQR) is also attached to this notice, detailing the process to become a qualified approved source or if applicable, submit a source qualification waiver.

  • 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 1250 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 historically.  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

PROGRAM DETAILS:

  • The KC-135 Auxiliary Power Unit (APU) is a major /end item component within the KC-135 aircraft Secondary Power and Engine Start System. It is a small gas turbine engine that is used to start the main (propulsion) aircraft engines. The APU provides compressed air and generates electrical power for starting aircraft main engines and running aircraft systems. The APU consists of three major assemblies: turbine assembly, reduction drive unit, and combustor assembly.
  • The KC-135 APU repair services required include remanufacturing/repairing the KC-135 APU.

RESPONSES:

  • Responses shall address whether the interested party is capable of providing the repair services for the KC-135 APU. When responding please include the following information:
  • Basic Company Information:
    • Company name and CAGE code.
    • Point of contact information. Please provide an email address and phone number.
    • Business classification (e.g. large or small, 8(a), woman-owned, etc.)
    • U.S. or foreign-owned entity.
    • Repair Information:
      • Experiences with same or similar items and/or support. Please describe.
      • Past and present experience with similar airframe repair for commercial and or military platforms.  If so, please list them with a point of contact that includes an e-mail address, part number/NSN, dates, unit price, and if it was delivered on time.
      • Demonstrate that the necessary parts can be built either through existing capability or through qualified suppliers.
      • Briefly outline the internal processes used to maintain repair consistency or the processes utilized to ensure repairs are per the tech data requirements.
      • Identify the ability to manufacture special tooling and supplies required to repair the assets such as assembly fixtures, stands, etc.
      • What is the anticipated repair lead time?
      • How much repair in percentage would your firm do and how much would you subcontract out?
      • What acquisition strategy and contract type do you recommend for this requirement that will provide the Government the best value and why?
      • Discuss any concerns you may have with our requirement and/or how it can be met best and why.
  • Respondents are requested to provide the above information in a pdf. summary, not to exceed 10 pages. Interested parties are requested to email one (1) copy of the aforementioned summary to the Buyer (Paige.LaPoint @us.af.mil) and Contracting Officer (terra.clarke@us.af.mil) no later than 30 calendar days after publication of this notice. Copies of your submitted information will be distributed to the AFMC 419 SCMS and the Contracting Office for review. Telephone and/or FAX responses will not be accepted.

NOTE: Source Approval Request (SAR) packages are not the same as a Sources Sought Response.  For instructions on how to become a qualified approved source, see the RQR and RDL attached to this posting.  Please e-mail all SAR packages as soon as possible to be eligible for award to the following:

  • Alysha Caldwell, Source Development Specialist, Alysha.caldwell@us.af.mil
  • Terra Clarke, contracting officer, Terra.clarke@us.af.mil
  • Paige LaPoint (Buyer), Paige.LaPoint@us.af.mil

DISCLAIMER: THIS IS A REQUEST FOR INFORMATION ONLY. This sources sought announcement is issued solely for informational and planning purposes. It does not constitute a solicitation (Request for Proposal or Request for Quotation) or a promise to issue a solicitation in the future. As stipulated in FAR 15.201(e), responses to this notice are not considered offers, shall not be used as a proposal, and cannot be accepted by the Government to form a binding contract. This sources sought does not commit the Government to contract for any supply or service whatsoever; furthermore, the Government is not seeking proposals at this time. Respondents are advised that the Government will not pay for any information or administrative costs incurred in response to this notice. All costs associated with responding to this notice will be solely at the responding party’s expense. The Government requests that non-proprietary information be submitted in response; however, should proprietary information be submitted, it should be marked “PROPRIETARY” and will be handled accordingly. The Government shall not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations.

CONTACT INFORMATION

Contracting Office:

AFMC AFSC OL:H/PZACA

6050 Gum Lane, Bldg. 1215

Hill AFB, UT 84056

Primary Point of Contact:

Terra Clarke, Contracting Officer

terra.clarke@us.af.mil

801-586-3954

Secondary Point of Contact:

Paige LaPoint, Contracting Specialist

paige.lapoint@us.af.mil

801-586.2947

Contact Information

Primary Point of Contact

Secondary Point of Contact

History