Skip to main content

An official website of the United States government

You have 2 new alerts

HC-130J Paratroop Bubble Door Repair

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: Presolicitation (Updated)
  • Updated Published Date: Dec 19, 2022 10:42 am EST
  • Original Published Date: Dec 13, 2022 05:31 pm EST
  • Updated Response Date: Dec 30, 2022 05:00 pm EST
  • Original Response Date: Jan 13, 2023 05:00 pm EST
  • Inactive Policy: Manual
  • Updated Inactive Date: Jan 13, 2025
  • Original Inactive Date: Jan 13, 2025
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 1560 - AIRFRAME STRUCTURAL COMPONENTS
  • NAICS Code:
    • 336413 - Other Aircraft Parts and Auxiliary Equipment Manufacturing
  • Place of Performance:

Description

Request for Information

USAF AFLCMC/WIU HC-130J

CAUTION:

This market survey is conducting market research to identify potential sources that possess the expertise, capabilities, and experience to repair the Paratroop Bubble Door  requirements for HC-130J. THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. In accordance with FAR 52.215-3, this RFI is issued solely for information and planning purposes- it does not constitute a Request for Proposal (RFP) or a promise to issue a RFP in the future. This request for information does not commit the Government to contract for any supply or service whatsoever.

Responders’ are advised that the Responders’ are advised that the U.S. Government will not reimburse participants for any expenses incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party’s expense. Not responding to this RFI does not preclude participation in any future RFP nor does it ensure participation, if any is issued. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement.

Paratroop Bubble Door Repair effort: Potential sources must possess the ability to provide a means for repair/replacement of thirty-nine (39) HC-130J Special Airborne Mission Installation & Response (SABIR) AS-6BKS Door Window Assemblies (Bubble Door) as needed. Potential Sources must be able to provide the Government engineering-level assistance with troubleshooting paratroop bubble door discrepancies (e.g., responding to deficiency reports, investigating field-identified issues, engineering investigations, etc.) and maintenance analyses. Potential Sources must be capable of developing prototype hardware, software, and all associated technical data necessary to be able to repair/replace the paratroop bubble doors. The Potential Source must be able to fully test and evaluate the function and performance of the paratroop bubble doors. The Potential Source must be capable of developing and providing the source data necessary to update AFTO’s and TDPs. The repairs will be accomplished by the contractor at their facility and returned to the respective Government location.

The proposed acquisition strategy is a 5-year (basic plus 4 ordering periods) contract tentatively beginning in FY23 and continuing through FY28 depending on funding approval.

The Government has determined that this item is not a commercial item. There are no samples available for potential suppliers to evaluate. The Government anticipates this requirement to be sole source to:

AIRDYNE AEROSPACE, INC.

CAGE Code: 6H3N2

3160 Premier Drive,

Brooksville, FL, 34604-8299 USA

Contractors/Institutions responding to this market research are placed on notice that participation in this survey may not ensure participation in future solicitations or contract awards. The government will not reimburse participants for any expenses associated with their participation in this survey.

52.215-3 -- Request for Information or Solicitation for Planning Purposes.

As prescribed in 15.209(c), insert the following provision:

Request for Information or Solicitation for Planning Purposes (Oct 1997)

(a) The Government does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and proposal costs, of the Federal Acquisition Regulation.

(b) Although “proposal” and “offeror” are used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal.

(c) This solicitation is issued for the purpose of market research in an effort to overcome barriers to competition.

INSTRUCTIONS:

1. If, after reviewing this document you desire to participate in the market research, you should provide documentation that supports your company’s capability in meeting the requirements. Failure to provide documentation may result in the government being unable to adequately assess your capabilities. If you lack sufficient experience in a particular area, please provide details explaining how you would overcome the lack of experience/capabilities in order to perform that portion of the requirement (i.e., teaming, subcontracting, etc.)

a. Identify any areas of work that your organization believes should be broken out exclusively for Small Business.

2. Both large and small businesses are encouraged to participate in this Market Research. Joint ventures or teaming arrangements are encouraged.

3. Questions relative to this market survey should be addressed to the Program Manager (PM).

AFMC/AFLCMC/ WIUAB

ATTN: Nicholas Ross; Program Management Specialist

Bldg. 300

235 Byron St, Suite 19A

Robins AFB, GA 31098

Nicholas.ross.4@us.af.mil

HC/MC-130J PARATROOP BUBBLE DOOR REPAIR

PURPOSE/DESCRIPTION

The Government is conducting market research to identify potential sources that possess the expertise, capabilities, and experience to meet qualification to support the sustaining of the HC-130J Paratroop Bubble Door.

CONTRACTOR CAPABILITY SURVEY

HC-130J Paratroop Bubble Door Repair

Part I. Business Information

Please provide the following business information for your company/institution and for any teaming or joint venture partners:

· 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– Manufacturing.

· 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)

· HUBZone Certified (Yes / No)

· Veteran Owned Small Business (Yes / No)

· Service-Disabled Veteran Small Business (Yes / No)

· System for Award Management (SAM) (Yes / No)

· A statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership).

Responses to the Capability Survey Part I and Part II must be received no later than close of business 30 December 2022. Please ensure data is in a readable electronic format that can be received through a firewall. Attachments shall not to exceed 10 MB per email. Multiple emails are acceptable. Responses must be sent via email to the following:

Nicholas Ross; Program Management Specialist (PM), nicholas.ross.4@us.af.mil · Morgan Bloodworth, Contract Specialist, morgan.bloodworth@us.af.mil

Questions relative to this market research should be addressed to the PM.

Part II. Capability Survey Questions

A. General Capability Questions:

1. Describe briefly the capabilities of your facility and nature of the goods and/or services you provide. Include a description of your staff composition and management structure.

2. Describe your company's past experience on previous projects similar in complexity to this requirement. Include contract numbers, a brief description of the work performed, period of performance, agency/organization supported, and individual point of contact (Contracting Officer or Program Manager).

3. Describe your company's capabilities for generating, handling, processing and storing classified material and data.

4. Describe your company's capabilities and experience in generating technical data, engineering drawings and manuals. Identify what software programs are utilized to generate these data products and what formats are available for delivered items.

5. What is your company’s current maximum capacity per month for this particular type of requirement? Provide information on any facility reserves you may possess to increase capacity in the event of an immediate need do to critical operational mission requirements.

6. What quality assurance processes and test qualification practices does your company employ? Provide a description of your quality program (ISO 9001, AS9100, etc.).

a. Provide a detailed quality plan implementing AS9100 (or equivalent).

B. Services Questions

1. Describe your services capabilities and experience with regard to the requirements of this effort.

2. Describe your capabilities and experience in developing/modifying procedures. Include associated upgrade of technical orders and preparation of new technical orders.

3. Demonstrate your ability and experience for the same or similar services, which are currently provided in the commercial and/or military environment by providing the following information on the same or similar items:

a) Contract Number

b) Procuring Agency

c) Contract Value

d) Services Provided

4. Describe your process for maintaining inventory records and reporting on hand/work-in-process balance and manufacturing status to your customer as required.

5. How will your organization address the absence of drawings, specifications, technical data, test procedures, etc.

6. If your company can not perform the entirety of the requirement what part could or would your company be able to perform. Provide specific info on what could

Contact Information

Contracting Office Address

  • CP 478 926 2208 235 BYRON ST STE 19A BLDG 300
  • ROBINS AFB , GA 31098-1670
  • USA

Primary Point of Contact

Secondary Point of Contact





History