SOURCES SOUGHT
16 -- Enterprise Tinker Commodity Council Sources Sought - Attachment 1
- Notice Date
- 3/27/2015
- Notice Type
- Sources Sought
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment 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
- FA8109-15-R-1004
- Archive Date
- 5/12/2015
- Point of Contact
- Kimberly L Laverty, Phone: 405-739-5490
- E-Mail Address
-
kimberly.laverty.2@us.af.mil
(kimberly.laverty.2@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Attachment 1: Item Listing PURPOSE: The Enterprise Tinker Commodity Council is requesting information, pursuant to FAR PART 10, in support of Market Research to identify potential sources for the manufacture and/or remanufacture of the NSNs listed in Attachment 1. The NSNs are coded in the attachment as to type (manufacture, remanufacture, or both). The Government will use this information to determine the best future acquisition strategy for this procurement, including the need to do an Industry and/or Pre-solicitation Conference. The Government does not have the associated technical data to provide to potential sources. Four qualification requirements or Technical Orders exist. Consequently, potential sources for this effort typically would be companies who have a license or agreement with the Original Equipment Manufacturer (OEM), Parker-Hannifin Corporation, CAGE 59211 to complete the work described, including military specific modifications. OEM: Parker-Hannifin 14300 Alton Pkwy Irvine, CA 92618-1814 (949)809-8100 www.parker.com POC: Sheila A. Whelan, swhelan@parker.com The proposed North American Industry Classification Systems (NAICS) codes are 336412, 336413 (which have corresponding Size Standards of 1000 employees each), 332912, and 333995 (which have corresponding Size Standards of 500 employees each). The Government is interested in all businesses to include, Large Business, Small Business, Small Disadvantaged Businesses, 8(a)s, Service-Disabled Veteran-Owned Small Business, Hubzone Businesses, and Women-Owned Small Businesses. 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. The information in this notice is based on current information available to date. This information is subject to change and is not binding on 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 SSS will not be precluded from participation in any future solicitation, if issued. The contractor shall be capable of furnishing all required labor, material, facilities and equipment to accomplish remanufacture and return to the government a completely serviceable unit, "restored to original life expectancy, or nearly so". Contractor will be responsible for supply chain management, logistics, forecasting of parts, long-lead parts procurement, reparable forecasting, obsolescence issues and delivery of serviceable assets. The Government requests that interested parties respond to this notice in writing including details of your ability to either provide a copy of the OEMs manufacture/remanufacture manuals (including disassembly, test and an illustrated parts breakdown including part numbers) or an OEM licensee agreement certifying your business is approved by the OEM to remanufacture the NSNs listed in Attachment 1. The specific requirements for this effort are found in Attachment 1. There are 25 items that are required to be remanufactured and 30 items that are to be procured for a total requirement of 55 items. This sources sought synopsis is issued solely for informational and planning purposes. No funds are available to fund the information requested. This information in this notice is current as of the publication date but is subject to change and is not binding to the Government. Oral submissions of information are not acceptable. Submit the following information also: - Company Name and Address - CAGE Code - DUNS Number - Company business size by NAIC code - Small Business Type(s), if applicable - Point of Contract for questions and/or clarification - Telephone number, fax number, and email address - Web Page URL - Teaming Partners (if applicable) - OEM License/Agreement/Manual Respond by 27April 2015, (along with the requested information) directly to: Kimberly.Laverty.2@us.af.mil Primary Point of Contact: Kimberly Laverty Contracting Officer Phone: 405-739-5490 Email: Kimberly.Laverty.2@us.af.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA8109-15-R-1004/listing.html)
- Record
- SN03681770-W 20150329/150327235117-d4eec3c096f524b0c6a49ce8cc498d34 (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 |