Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 30, 2014 FBO #4540
SOURCES SOUGHT

59 -- J85-5 Digital Temperature Control Amplifier Repair/Overhaul

Notice Date
4/28/2014
 
Notice Type
Sources Sought
 
NAICS
336412 — Aircraft Engine and Engine Parts Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, PK/PZ Tinker AFB, 3001 Staff Drive, Ste 1AG76A, Tinker AFB, Oklahoma, 73145-3015, United States
 
ZIP Code
73145-3015
 
Solicitation Number
FA8122-14-R-0022
 
Archive Date
9/30/2014
 
Point of Contact
Susan E. Plumlee, Phone: 405-734-4631
 
E-Mail Address
susan.plumlee@us.af.mil
(susan.plumlee@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT SYNOPSIS Digital Temperature Control Amplifier NSN 5996-01-512-9275OK (PN AY33112489-1) NSN 5996-01-582-7251OK (PN AY33112489-1CDF) Purpose: The purpose of this Sources Sought Synopsis (SSS) is to identify potential sources to determine if this effort can be competitive or a Small Business Set-Aside. This is a SSS for market research purposes ONLY. The Air Force Sustainment Center at Tinker AFB is requesting information for the procurement of the Digital Temperature Control Amplifier in support of the T-38 Aircraft with the General Electric J85-5 engine to determine available sources for the items listed below under "Pending/Tentative Program Requirements". NO solicitation is available at this time. Requests for a solicitation will not receive a response. This SSS is open to all types of businesses including small businesses. 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, if applicable and posted electronically on the Federal Business Opportunities website at www.fbo.gov. Contractors not responding to this Sources Sought will not be precluded from participation in any future solicitation, if issued. The proposed North American Industry Classification Systems (NAICS) Code is 336412, which has a corresponding Size Standard of 1,000 employees. The Government will use this information to determine the best acquisition strategy for this procurement. The Government is interested in all businesses to include Small Businesses, Small Disadvantaged Businesses, 8(a), Veteran Owned Small Businesses, Service-Disabled Veteran-Owned Small Businesses, HUBZone Small Businesses, and Women-Owned Small Business concerns. The government requests that interested parties respond to this notice if applicable and identify your small business status to the identified NAICS code. Disclaimer: This SSS is issued solely for informational and planning purposes. It does not constitute a solicitation (Request for Proposal or Request for Quotations) or a promise to issue a solicitation in the future release. Pending/Tentative Program Requirements: 1. The requirement is for repair and overhaul of Digital Temperature Control Amplifiers (DTCA) to a serviceable condition. Technical data to perform these functions is not currently available to the United States Air Force (USAF). The latest version of the repair/overhaul technical manual, specification, regulation or instruction, would have to be obtained from RSL Electronics Ltd or the Government would have to approve any commercial practices presented by a potential source. Support the following: T-38 Aircraft with the GE-J85-5 engine NAICS - 336412 Required Information: The focus of this Sources Sought Synopsis is to provide for the depot level repair of the Digital Temperature Control Amplifier manufactured by RSL Electronics, Ltd for the USAF. Interested sources must have the ability to perform all repair/overhaul processes in accordance with the latest version of the repair technical manual, specification, regulation or instruction, which would have to be obtained from RSL Electronics Ltd or the Government would have to approve any commercial practice presented by a potential source. Responses are requested to be submitted no later than 28 May 2014. Response submittals should be limited to ten pages and provide the following information for your company and for any teaming or joint venture partners: a) Name of company/Address b) CAGE Code (if available) c) DUNS Number d) Point of contact e) Phone and Fax number f) Email address g) Web page URL h) Size of Business (i.e. Large business, Small Business, Small Disadvantaged Business, 8(a), Veteran Owned Small Business, Service-Disabled Veteran-Owned Small Business, HUB Zone Small Business, or Women-Owned Small Business), size relative to NAICS code 336412 (Small Business size standard 1000 employees or less) i) U.S. or Foreign-Owned entity Capabilities: a) What is your company's current maximum repair/overhaul capacity per month? Provide information on capacity in the event of an immediate need due to a critical operational mission requirement. b) Please indicate whether your interest in this is as a prime contractor or as a subcontractor. c) Provide your company's past experience on previous efforts similar in complexity to this requirement. Include Government contract history, including 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). d) Provide documentation regarding your company's capabilities and qualifications to repair/overhaul the propulsion engine component listed. e) Provide information regarding your company's repair cycle time from the time the component is received until repair is complete. f) Are there specific requirements in the provided documentation that would currently preclude your company from being a viable source for this remanufacture requirement? g) Provide a description of your quality program (ISO 9000, QS-9000, EIA-599, or otherwise) Commerciality Questions: a) Are there established catalogs or market prices for this item? b) If you offer this item to both U.S. Government and commercial customers, is the same workforce used for both the U.S. Government and general public? c) Are your repair/overhaul processes offered to both U.S. Government and commercial customers under similar terms and conditions? Briefly describe any differences. d) Provide any recommendations and/or concerns Please note: Emails containing file types such as:.zip,.xlsx,.docs, or other macro-enabled extensions, may not be delivered to the intended recipients. Respond (along with any supporting documentation) directly to: susan.plumlee@us.af.mil Primary Point of Contact: Susan Plumlee Contracting Officer Phone: 405-734-4631 susan.plumlee@us.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA8122-14-R-0022/listing.html)
 
Record
SN03349982-W 20140430/140428234320-2c8c1f5d067870808458f2e380a103a8 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.