SOURCES SOUGHT
16 -- LN-200 Inertial Measurement Unit Replacement
- Notice Date
- 10/5/2011
- Notice Type
- Sources Sought
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, Hill AFB OO-ALC, OO-ALC/PKXB, 6038 Aspen Ave (Bldg 1289), Hill AFB, Utah, 84056
- ZIP Code
- 84056
- Solicitation Number
- FA8250-12-A-LN200
- Archive Date
- 2/7/2012
- Point of Contact
- Gregory L. Brubaker, Phone: 8015860559, Clay R. Rasmussen, Phone: 8017772905
- E-Mail Address
-
gregory.brubaker@hill.af.mil, clay.rasmussen@hill.af.mil
(gregory.brubaker@hill.af.mil, clay.rasmussen@hill.af.mil)
- Small Business Set-Aside
- N/A
- Description
- The Government is performing market research on potential sources of manufacture or supply for the following item: LN-200 Inertial Measurement Unit (IMU) Replacement, NSN 6910-01-497-0794, P/N LN-200, NAICS Code 334511, used in the ACTS AN/ASQ-T27B P4BE Pod. The Government seeks to buy a Form, Fit, Function, and Interface (FFF&I) prototype for the LN-200 replacement. The LN-200 is currently mounted in a specialized bracket within the pod. This RFI is to find a FFF&I replacement that mounts the same as the LN-200 in the current bracket or optionally to create a completely new bracket that holds the replacement IMU. This notification is for market research purposes to identify potential contractors who have the skills, experience, and knowledge required to successfully complete this effort for Hill Air Force Base, Utah and does not constitute a commitment, implied or otherwise, that a procurement will be accomplished. This is not a request for proposal or invitation for bid. To be considered as a potential manufacturer/supplier source for this requirement, a Contractor will be required to submit technical data, in response to a solicitation, verifying their capabilities to produce/supply this item. The Contractor will be required to verify to the Government that the items are within Original Equipment Manufacturer (OEM) specifications. Selection of most qualified contractor will be based principally on; originality of design, reliability of design, procurement availability of components used, and experience with similar systems. Respondents to this request will be retained in a file and subsequently provided a copy of the Request for Proposal (RFP) when issued. Responding to this request in no manner guarantees a contract will be awarded to the respondent for the manufacture/supply of this item. All information received in response to this announcement that is marked Proprietary will be handled accordingly. Responses will not be returned. In accordance with FAR 15.202(e), a response to this notice is not an offer and cannot be accepted by the government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this announcement. Interested parties may request a source qualification statement from Contracting Officer. Engineering data in support of this synopsis can be purchased by contacting 415 SCMS/GUMAC, Engineer. The request can be emailed to Gregory.Brubaker@hill.af.mil. This request for data should contain the synopsis number, a reference to "Sources Sought", a copy of the contractor's DD Form 2345 and a list of the drawings that are needed (the CAGE and/or NSN are also helpful). Please respond by 30 days after posting date.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FA8250-12-A-LN200/listing.html)
- Record
- SN02602564-W 20111007/111005234227-8804bcdc078feb636462c34ff44a960e (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |