THIS IS NOT A REQUEST FOR PROPOSAL/QUOTE. This synopsis is not to be construed as a commitment on the part of the Government to award a contract, nor will the Government provide reimbursement of cost associated with any information, documentation, or responses submitted as a result of this synopsis.
This is a Sources Sought Synopsis; there is no solicitation available at this time. This Sources Sought Synopsis is published for market research purposes only and is intended to identify potential sources and if this effort can be competitive or sole source. Your response will be treated as information only and will not be used as a proposal. Any resulting contract effort will be subject to Federal Acquisition Regulation (FAR) 52.232-18, Availability of Funds.
The information in this notice is based on current information available to date. This information is subject to change and is not binding to the Government. Any updated information will be provided in future announcements and posted electronically on www.SAM.gov. This Sources Sought Synopsis addresses the need to deliver final production assets in the quantity prescribed within this document to meet T-7 engine mechanical interface and deliver capability starting in quarter 1 2026. All tasks covered in this document will involve maintenance of Federal Aviation Administration (FAA) and military certification requirements. Supporting tasks may be executed at Government facilities, contractor facilities, Continental United States operational bases, overseas/deployed bases, and locations, and/or test locations. While not inclusive, these requirements involve:
- Modification/upgrade/configuration management support
- Design, functional and physical certification, and integration of hardware and software modifications into Support Equipment (SE)/Test Measurement and Diagnostic Equipment (TMDE), training, technical data, and aircraft equipment necessary to meet specification requirements defined below:
- Requirement: Design, fabricate, and deliver sixty-four (64) F404 engine adapter assemblies. These assemblies must facilitate roll transfer from the removal and installation adaptor/trailer to the transportation adaptor/trailer or maintenance stand without use of a crane:
- Designed for roll-transfer compatibility, enabling seamless movement on/off Air Force 3000/4000 standard trailers, Boeing R&I adapter and maintenance stands
- Maintenance and Storage: Accommodating all necessary procedures without interference.
- Long Distance Transportation: Adapter assemblies for transport trailers must enable safe and secure transportation of F404 engines via semi-tractor-trailer and or air transportation.
- Delivery Schedule: Deliveries will adhere to a schedule determined by the T-7A Systems Program Office (SPO) and synchronized with T-7A aircraft deliveries at each Main Operating Base (MOB).
- General sustainment and maintenance support
- All necessary activities to ensure modifications are supported and sustained. This includes but would not be limited to the activities below:
- Operation, Maintenance, Installation, and Training (OMIT) data.
- Technical data packages depicting the newly designed engine transportation adapter assembly, and any associated SE.
- Provide plans and documentation to support DMSMS
- Product Improvement Working Group support.
- Engineering and technical support
- Sustaining engineering support (e.g., engineering dispositions; Operational Safety, Suitability and Effectiveness support; deficiency report evaluation, tracking, and correction; onsite depot support; and reliability and maintainability analyses, tracking and correction).
- System Safety Management Program support, safety analysis & risk assessments.
- Environmental, safety, and occupational health hazard risk tracking (i.e., MIL-STD-881C).
- Aircraft damage and repair assessment.
- Weapon system integrity program support.
- Corrosion program support.
- Quality assurance (i.e., AS6500).
- Studies and Analyses
- Perform studies and analyses related to the implementation and compatibility of the engine transportation adapter with the engine, 3000/4000 trailer and maintenance stand.
The Advanced Pilot Training Program Office is surveying the market to determine if sources are qualified to perform any or all of the aforementioned requirements. Interested firms shall submit sufficient information (limit to 20, 8.5x11 pages – 12 point font, single-spaced, 1” margins) which will permit assessment of technical capabilities electronically to Matthew North, Contracting Officer, AFLCMC/WNB, Email: matthew.north@us.af.mil, NOTE: Oral submissions of information are not acceptable. If there are any questions, please contact Matthew North, Contracting Officer, AFLCMC/WNB, Email: matthew.north@us.af.mil
The capabilities assertion summary should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. Respondents shall address each of the following:
- Your company’s past experience on previous efforts of similar complexity concerning relevant projects.
- The minimum data requirements (e.g., engineering drawings, parts list, and/or technical orders) and additional Government support required to address each of the requirements outlined in the assertion summary.
- Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. If a company or team is capable of some, but not all the aforementioned requirements, please provide a response that explains the requirements for which you are capable.
Firms responding to this announcement should indicate whether they are a large business, other than small business, small business, Small Disadvantaged Business (SDB), Woman-Owned Small Business (WOSB), Economically Disadvantaged Women-Owned Small Business (EDWOSB), 8(a)-certified business, Service-Disabled Veteran-Owned Small Business (SDVOSB), Veteran-Owned Small Business (VOSB), or Historically Underutilized Business Zone (HUBZone) small business. All prospective contractors shall be registered in the System for Award Management (SAM) database to be awarded a DoD contract. Note that the NAICS code for this requirement, if applicable to the company’s capabilities, should be included in the company’s NAICS code listing in SAM (www.sam.gov).
The acquisition strategy has not yet been determined. Market research results will assist the Air Force in determining whether this requirement will be a full and open, a small business (or other socioeconomic) set aside, or a sole source acquisition.
NOTE: If there is sufficient demonstrated interest and capability among small business contractors, a key factor in determining if an acquisition will be a Small Business Set-Aside is that two or more potential small business prime contractors must be capable of performing at least 50% of the effort, as defined in FAR clause 52.219-14, Limitations on Subcontracting. If it is determined that a small business set-aside is appropriate and your company anticipates submitting a proposal as the prime contractor for a Small Business Set-Aside, please provide specific details and rationale as to how compliance with FAR clause 52.219-14 would be achieved, including specific details regarding teaming arrangements. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided.
Request that large and small businesses provide a reasonable expectation for small business utilization as a percent of total contract value. Please provide supporting rationale for the recommended percentage.
It is anticipated that appropriate security classifications for personnel and facilities will be required up to the Secret level to address PC2 requirements. Appropriate security requirements will be required before contract award.
RESPONSES ARE DUE NO LATER THAN 30 DAYS FROM DATE OF POSTING
Point of Contact
Matthew North
Contracting Officer
matthew.north@us.af.mil
AFLCMC/WNB