SOURCES SOUGHT
13 -- MK 7 MOD 1 Gas Grain Generator
- Notice Date
- 1/29/2013
- Notice Type
- Sources Sought
- NAICS
- 336415
— Guided Missile and Space Vehicle Propulsion Unit and Propulsion Unit Parts 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
- FA821313R3032
- Archive Date
- 3/1/2013
- Point of Contact
- Kristine Castillo, Phone: 8017778403
- E-Mail Address
-
kris.castillo@hill.af.mil
(kris.castillo@hill.af.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT SYNOPSIS NOTICE ONLY For production and delivery of the MK 7 MOD 1 Gas Grain Generator (GGG) compatible with the AIM-9P Missile in support of a Foreign Military Sale (FMS) procurement Department of the Air Force Materiel Command, AFMC AFLCMC/EBHGB PURPOSE/DESCRIPTION This is a Sources Sought Synopsis announcement, market research for information only, to be used for preliminary planning purposes. This market research is being conducted to identify potential sources possessing the engineering and computer software knowledge to manufacture MK 7 MOD 1 Gas Grain Generators. The purpose of the Gas Grain Generator is to release gas which is the source of power for the pneumatic control system and the turbo alternator to provide power to the circuit cards. The gas grain generator is a hermetically sealed steel canister with an electrically initiated igniter. The canister contains 0.7717 pounds of solid propellant The MK 7 MOD 1 Gas Grain Generator shall meet the drawing and specification requirements contained within the Technical Data Package (TDP) for GGG P/N 130470-1 and Specification AS126636. If changes to the TDP are necessary, the contractor must attain government approval through AFMC AFLCMC/EBHGB. The contractor is responsible to provide all personnel, services, facilities, and materials to produce the GGG. Contract awards that may result from future Request For Proposals (RFPs) will be made only to approved and qualified sources. Engineering source approval will be made by the design control activity in order to maintain the quality of the part. Interested parties may contact the Point of Contact listed in this synopsis for questions/clarifications as well as any documentation required to become an approved source. No proposal is requested or accepted from this synopsis. INFORMATION SOUGHT Interested companies should respond to this announcement as soon as possible within one week with a notice of interest and then follow up with complete response information. In the complete response, companies should provide a summary of their capabilities and their expected ability to meet the requirements above. Responses should include: a. Name and address of the contractor b. Point of contact including name, title, phone and e-mail address c. Size of the contractor, average annual revenue for the past three years and the number of employees d. Description of similar activities offered by the contractor that currently meet, or with modifications, might meet the above listed requirements e. Indication of an understanding of safety requirements f. Whether the business is currently classified as a Large, Small, Small Disadvantaged, 8(a) and/or Woman Owned company, Hub Zone Small business, veteran owned small business, or service disabled veteran owned small business. WHERE TO SUBMIT Submissions should be sent via e-mail (preferred), mail, or fax (801-777-4268). Companies are encouraged to make submissions via e-mail or fax due to limitations on the postal system. E-mail submissions may include files in Microsoft Word format or Adobe Acrobat (*.pdf) format. WHEN TO SUBMIT Notices of intent to respond should be submitted no later than one week. Final submissions must be received not later than 30 calendar days from the date of this notice. Responses must clearly demonstrate the qualifications, capability and expertise of the vendor. Responses to this notice will be used as part of the market research that will be used to develop the acquisition strategy to satisfy this potential requirement. Written responses may be sent to the Contracting Specialist at AFLCMC/EBHKA, 6033 Elm Lane, Bldg 1247, Hill AFB, UT 84056-5825, Attn: Kris Castillo, (801)777-8403, or by E-Mail at Kris.Castillo@hill.af.mil. Respondents are solely responsible for all expenses associated with responding to this sources sought. No reimbursement will be made for any costs associated with providing information in response to this notice or any follow-up information requested. This sources sought is directed only to those vendors who believe that they would be capable of supporting this potential requirement as a prime contractor. Any information submitted by respondents to this notice is strictly voluntary. Also, in order to protect the procurement integrity of any future procurement that may arise from this announcement, information regarding the technical point of contact will not be given and no appointments for presentations will be made. Notice Regarding Proprietary Information: All submitted materials will be designated for Government Use Only. Contracting Office Address: AFLCMC/EBHKA 6033 Elm Lane, Bldg 1247 Hill AFB, Utah 84056-5825 Primary Point of Contact.: Kris Castillo, Contracting Specialist Kris.Castillo@hill.af.mil Phone: 801-777-8403
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FA821313R3032/listing.html)
- Record
- SN02974882-W 20130131/130129234949-63bf995cd6636d8eb811c53bed125035 (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 |