Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 29, 2014 FBO #4722
SOURCES SOUGHT

J -- Repair effort Defense Support Program / Space-Based Infrared System - Sources Sought MSWord

Notice Date
10/27/2014
 
Notice Type
Sources Sought
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC / AFSC / AFNWC - HILL AFB, ., Hill AFB, Utah, 84056, United States
 
ZIP Code
84056
 
Solicitation Number
FA8250-14-SS-DSPSBIRS(1)
 
Archive Date
12/13/2014
 
Point of Contact
Bryce D. Johnson, Phone: 801 586-3754, Cathie Douglass, Phone: 801 586-0534
 
E-Mail Address
bryce.johnson@us.af.mil, Catherine.Douglass@us.af.mil
(bryce.johnson@us.af.mil, Catherine.Douglass@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
RFI document Synopsis: 1. NOTICE: This is not a solicitation but rather a Sources Sought Synopsis to determine potential sources for information and planning purposes only. 1.1 The purpose of this Sources Sought is to conduct market research to determine if responsible sources exist, to assist in determining if this effort can be competitive and/or a total Small Business Set-Aside. The proposed North American Industry Classification System (NAICS) Code is 811219 which has a corresponding Size standard of $20,500,000.00. The Government will use this information to determine the best acquisition strategy for this procurement. The Government is interested in all small businesses to include 8(a), Service-Disabled Veteran-Owned, Hubzone, 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. Additionally, please provide any anticipated teaming arrangements, along with a description of similar services offered to the Government and to commercial customers for the past three years. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. 2. Program Details: 2.1 The Government is performing market research to identify sources of repair for the DSP/SBIRS (Defense Support Program / Space-Based Infrared System): •· Circuit Card Assembly (CCA) NSN 5998-01-356-0953VE, Part Number 31-055440-001 •· Circuit Card Assembly NSN 5315-01-365-5136VE, Part Number 31-055544 or 31-055544-001 This Circuit Card Assembly is made by Communications and Power Industries, Cage Code 01238. The repairs shall meet the AN/MSQ-118 Mobile Ground Terminal (MGT) requirements and shall be Form, Fit, Function, and Interface (FFFI) repairs. All repair data, design authority and testing data will become government property. This notification is to identify sources of repair that have the skills, experience, and knowledge required to successfully repair the following items: •· Circuit Card Assembly (CCA) NSN 5998-01-356-0953VE, Part Number 31-055440-001 •· Circuit Card Assembly NSN 5315-01-365-5136VE, Part Number 31-055544 or 31-055544-001 for the Air Force. This notification does not constitute a commitment, implied or otherwise, that design or manufacturing contracts will be issued. This is not a request for proposal or invitation for bid. Respondents whose repair capability meets the USAF requirements will be noted and their response will be retained in a file and they will be 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 repair of these items. 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. 2.3 Following is a suggested outline for a response to this RFI. This outline is intended to minimize the effort of the respondent and structure the responses for ease of analysis by the government. Nevertheless, respondents are free to develop their response as they see fit. 2.31 Briefly describe the company, products and services, history, ownership, financial information, and other information deemed relevant. 2.32 Please describe any projects the company has been involved in that are similar in concept to what is described in this RFI. 2.33 A preliminary Rough Order of Magnitude (ROM) estimate for cost and schedule is requested so that the US Government can better prepare for future expenses. Contract award will not be made based on a ROM submitted in response to this RFI. 2.4 Interested parties are requested to submit the aforementioned summary of capabilities and facilities to: Bryce Johnson 415 SCMS/GUMAC ( Bryce.Johnson@hill.af.mil ) or Cathie Douglass 415 SCMS/GUMAC ( Cathie.Douglass@hill.af.mil ) for answers to any questions.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FA8250-14-SS-DSPSBIRS(1)/listing.html)
 
Record
SN03559090-W 20141029/141027235424-4d1891a95be580bdcebe396d8bb780f5 (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.