Air Transportable Galley and Lavatory (ATGL) This effort is for sustainment of the ATGL which includes Program Engineering Support (PES), depot sustainment/repa...

expired opportunity(Expired)
From: Federal Government(Federal)
FD2060-25-30006

Basic Details

started - 24 Jan, 2023 (15 months ago)

Start Date

24 Jan, 2023 (15 months ago)
due - 23 Feb, 2023 (14 months ago)

Due Date

23 Feb, 2023 (14 months ago)
Bid Notification

Type

Bid Notification
FD2060-25-30006

Identifier

FD2060-25-30006
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (708681)DEPT OF THE AIR FORCE (60426)AFMC (17421)AIR FORCE LIFE CYCLE MANAGEMENT CENTER (4863)AGILE COMBAT SYSTEMS (668)FA8534 AFLCMC WNKAC (81)

Attachments (1)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

AIR TRANSPORTABLE GALLEY/LAVATORY (ATGL)NSN: 7360-01-328-5127CAUTION:This market survey is being conducted to identify potential sources that may possess the expertise,capabilities, and experience to meet the requirements for repair and sustainment of the AirTransportable Galley/Lavatory for use by United States Air Force (USAF) personnel. The level ofsecurity clearance and amount of foreign participation in this requirement has not been determined.Contractors/Institutions responding to this market research are placed on notice that participation inthis survey may not ensure participation in future solicitations or contract awards. The governmentwill not reimburse participants for any expenses associated with their participation in this survey.INSTRUCTIONS:1. The document(s) below contain a description of the ATGL requirement and a ContractorCapability Survey. The Survey allows Contractors to provide their company’s capability.2. If, after reviewing these documents, you desire to
participate in the market research, youshould provide documentation that supports your company’s capability in meeting theserequirements. Failure to provide documentation may result in the government being unableto adequately assess your capabilities.3. ATTENTION: SMALL BUSINESS RESPONDENTS who are interested in participationfor this effort:a. No set aside decision has been made; however, the Government will determine thefinal strategy after thorough analysis of the small business responses and other marketresearch available, considering the demonstrated interest and capability. Pleaseensure that you provide a thorough response to each question. If your company doesnot currently possess the full capability required to fulfill the entire requirement, whatteaming/partnership/joint venture/subcontracting arrangement do you have in place tofulfill the government needs? Providing evidence of this arrangement, e.g. emails,letter, etc. that demonstrates a united response to this SSS is highly encouraged, butnot required. The evidence should state the type of arrangement and the role eachmember will fulfill. If you are only interested in being a subcontractor to the futureawardee, state the portion of the work that your organization has capability offulfilling.b. Identify any areas of work that your organization believes should be broken outexclusively for Small Business.4. Both large and small businesses are encouraged to participate in this Market Research. Jointventures or teaming arrangements are encouraged.5. Questions relative to this market survey should be addressed to Melissa Ethridge @melissa.ethridge@us.af.mil or J. Micheal Evans @ john.evans.10@us.af.mil.AIR TRANSPORTABLE GALLEY/LAVATORY (ATGL)The Government is conducting market research to identify potential sources that possess theproduction data/repair data, expertise, capabilities, and experience to meet qualification requirementsfor the repair/sustainment of the ATGL, NSN: 7360-01-328-5127/PN 8946600, for use by USAFpersonnel. For this repair/sustainment effort, our repair strategy is a ten-year contract (basic plusnine option years). It will begin in FY25 and will continue through FY35. The desired BEQ will befor of up to approximately 33 units each year.The ATGL (NSN 7360-01-328-5127) is a piece of common equipment that provides lavatory,oven, refrigeration, and coffee capabilities in flight for the KC-46, C-17, C-5, and C-130 whiletransporting passengers on assigned missions. The ATGL galley consists of four ovens, overheadstorage compartments for 160 serving trays, two coffee makers, three thermoelectric refrigerators,storage drawers, and two auxiliary work shelves. It can serve 160 people two meals and a snack forup to 15 hours of flight. The unit has 2 lavatories that each contain a toilet, wash basin, smokedetector, ventilation fan, self-contained emergency oxygen system, emergency call button, mirror,trash receptacle, paper towel dispenser, and an assist handle. The two lavatories are served by ahuman waste tank that holds up to 60 gallons. Associated plumbing, hoses and controls are part ofthe unit. The ATGL is mounted on a standard 88 x 108-inch 463L pallet (HCU-6/E) that iscompatible with existing aircraft rails, rollers, and materiel handling equipment. Penetration pointsare provided to allow the ATGL to be transported by forklift with the cover installed.CONTRACTOR CAPABILITY SURVEYAir Transportable Galley LavatoryPart I. Business InformationPlease provide the following business information for your company/institution and for any teamingor joint venture partners:ꞏ Company/Institute Name:ꞏ Address:ꞏ Point of Contact:ꞏ CAGE Code: Phone Number: E-mail Address: Web Page URL: Government Proposed North American Industry Classification System (NAICS) Code:___Based on the Government proposed 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)ꞏ System for Award Management (SAM) (Yes / No)ꞏ A statement as to whether your company is domestically or foreign owned (if foreign, pleaseindicate the country of ownership).Responses to the Capability Survey Part I and Part II must be received no later than close of business(enter due date, allow 30 days for SSS). Please ensure data is in a readable electronic format that canbe received through a firewall. Attachments shall not to exceed 10 MB per email. Multiple emailsare acceptable. Responses must be sent via email to the following: Melissa Ethridge, PCO, melissa.ethridge@us.af.mil J. Micheal Evans, PM, john.evans.10@us.af.mil. Questions relative to this market research should be addressed to the PM or PCO listedabove.Part II. Capability Survey QuestionsA. General Capability Questions:1. Describe briefly the capabilities of your facility and nature of the goods and/or services youprovide.2. Describe your company's experience on previous projects similar in complexity to thisrequirement. Include a brief description of the work performed, period of performance,agency/organization supported, and individual POC (Contracting Officer or Program Manager).3. Describe your company’s experience in repairing the NSN listed above, a similar or like item.4. Describe your company's capabilities and experience in generating technical data, engineeringdrawings and manuals. Identify what software programs are utilized to generate these dataproducts and what formats are available for delivered items.5. 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 summary of a quality plan implementing AS9100 (or equivalent).B. Repair/Sustainment Services Questions:1. Describe your capabilities and experience in repairing this or system systems/equipment to solvemaintenance and support problems in the depot environment. It may currently be utilized in thecommercial or military environment.2. Demonstrate your ability and experience in repair of the same or similar components, which arecurrently in use on commercial or military aircraft by providing the following information on thesame or similar items:3. Describe your capabilities and experience in repair processes/procedures in resolving DMS/MSissues including your configuration management processes.4. Discuss your process for addressing any fit, form, and or function issues that may arise out ofthis effort.5. How will your organization address the absence of drawings, specifications, technical data, testprocedures, etc?

USALocation

Place Of Performance : USA

Country : United States

Classification

naicsCode 336413Other Aircraft Parts and Auxiliary Equipment Manufacturing
pscCode 1680Miscellaneous Aircraft Accessories and Components