Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 30, 2016 FBO #5425
SOURCES SOUGHT

J -- B-2 Defense Management System

Notice Date
9/28/2016
 
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
FA8119-16-R-0042
 
Point of Contact
Jim Blackstone, Phone: 405-582-5288
 
E-Mail Address
james.blackstone@us.af.mil
(james.blackstone@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Defense Management System for the B-2 THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. This Sources Sought Synopsis (SSS) is in support of Market Research being conducted by the United States Air Force to identify potential repair sources and to determine if this effort can be competitive or a Small Business Set-Aside. This is not a Request for Proposal (or solicitation) or an indication that a contractual commitment will exist for this requirement. The government does not intend to award a contract on the basis of this market research. No funds are available to fund the information solicited. The 424 SCMS located at Tinker Air Force Base is requesting information, pursuant to FAR PART 10, in support of Market Research to identify potential sources for the overhaul of the NSNs listed below. The Government will use this information to determine the best future acquisition strategy for this procurement, inclusive of the need to do an Industry Day and/or Pre-solicitation Conference. The government does not have the associated technical data to provide to potential sources. No 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 (Lockheed Martin Corp.), Cage 03640 to complete the work described, including military specific modifications. The proposed North American Industry Classification Systems (NAICS) Code is 336413, which has a corresponding Size Standard of 1,250 employees. The Government is interested in all businesses to include, Large Business, Small Business, Small Disadvantaged Businesses 8(a)s, Service-Disabled Veteran-Owned Small Businesses, 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 contractor shall be capable of furnishing all required labor, material, facilities and equipment to accomplish overhaul, test, preservation and packaging, and return to the government a completely serviceable unit. 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 provide a copy of the OEM's overhaul manual (including disassembly, overhaul, test and an illustrated parts breakdown including part numbers) and an OEM licensee agreement certifying your business is approved by the OEM to overhaul this equipment. The specific requirement for this effort is found in the table below. The items are part of the Defense Management System for the B-2. Part Number NSN Estimated Overhaul Requirement 115A800-100 5865-01-600-7783 NR Years 1 - 5: 25 each 185A500-100 5865-01-600-9835 NR Years 1 - 5: 10 each 115A900-100 5865-01-626-3127 FW Years 1 - 5: 10 each 115A800-51 5865-01-461-0044 NR Years 1 - 5: 105 each 185A500-2 5865-01-438-4321 NR Years 1 - 5: 20 each 115A900-50 5865-01-445-0685 FW Years 1 - 5: 20 each 149D3402G22 5996-01-380-5485 NR Years 1 - 5: 10 each 149D3502G22 5996-01-587-2616 NR Years 1 - 5: 10 each 149D3452G23 5996-01-587-7742 NR Years 1 - 5: 10 each Technical Orders applicable to this sources sought synopsis are as follows: Tech Order DATE N/A Please e-mail your response advising if the requirements stated above can be met to the following address: 424.SCMS.AFMC.RFI.Responses@tinker.af.mil This SSS is issued solely for informational and planning purposes. No funds are available to fund the information requested. The 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 Contact for questions and/or clarification •- Telephone Number, fax number, and email address •- Web Page URL •- Teaming Partners (if applicable) •- OEM License/Agreement/Manual Provide any recommendations and/or concerns. Responses and/or questions to this synopsis will be posted through FBO. Respond (along with the requested information) directly to: 424.SCMS.AFMC.RFI.Responses@tinker.af.mil The response date is 28 October 2016. Primary Point of Contact: Jim Blackstone Production Management Specialist 424 SCMS / GUME 405-582-5288
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA8119-16-R-0042/listing.html)
 
Record
SN04291145-W 20160930/160928235107-32b040d39db295244aaf05f8c77c4681 (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.