Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 05, 2016 FBO #5430
SOURCES SOUGHT

15 -- F/A-18 Aircraft Depot Level Work

Notice Date
10/3/2016
 
Notice Type
Sources Sought
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
NASA/Armstrong Flight Research Center, Code A, P.O. Box 273, Mail Stop 4811-140, Edwards, California, 93523-0273, United States
 
ZIP Code
93523-0273
 
Solicitation Number
NND17DEPF18L
 
Archive Date
11/25/2016
 
Point of Contact
Robbin Kessler, Phone: 6612763761
 
E-Mail Address
robbin.m.kessler@nasa.gov
(robbin.m.kessler@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUEST FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. This Sources Sought Synopsis is in support of Market Research being conducted by the NASA Armstrong Flight Research Center (AFRC) to identify potential sources, and if this effort can be competitive (unrestricted) or a Small Business Set-Aside. The proposed North American Industry Classification Systems (NAICS) Code is 336411 which has a corresponding Size Standard of 1,500 employees. This Sources Sought Synopsis is to notify companies that NASA AFRC is seeking sources to perform F/A-18 Aircraft Depot Level work consisting of: Air Frame Change (AFC) 104 Part 6 (Y453 Angle Bracket Replacement) and AFC 243 (Lower Center Keel Fire Hazard) for three F/A-18 aircraft. AFC 104 Part 6 will require removal of fuel cell number 3. It is anticipated that the fuel cell will need to be replaced on all 3 aircraft. The fuel cell will need to be ordered directly from the fuel cell manufacturer or through the Navy depot. Included with these two AFCs, one of the three aircraft requires the right wing spar #4 crack greater than 3 inches to be repaired per provided depot engineering repair procedures. The contractor shall be capable of furnishing all required labor, material, facilities and equipment to accomplish, repair, and return to the Government in a completely serviceable/like new condition at the unit prices established at the time of a contract award, the work referenced above. The contractor must be on, or eligible to become on, NASA AFRC's Qualified Supplier's List at time of award. The Government will use this information to determine the best acquisition strategy for this procurement. The Government is interested in all businesses to include 8(a), small business and small disadvantaged business, 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. The capability statement (including any attachments) must not exceed 20 pages in length, with font size no smaller than 12 point. To facilitate a prompt review, a one-page summary shall be included with your capability statement. The summary should include the following information: 1.Your company's name, address and telephone number and company point of contact, email address and telephone number 2.Average annual revenues for the past 3 years and total number of employees 3.Number of years in business 4.Company's/Organization's Government size standard/type classification (large, small, small disadvantaged, 8(a), woman-owned, veteran-owned, service disabled veteran-owned, HUBZone business, Historically Black Colleges or Universities/Minority Institutions 5.Applicable NAICS Code(s) for subcontracting opportunities 6.To the extent applicable or known, any affiliate information, including: parent company, join venture partners, and potential teaming partners (identifying anticipated prime and subcontractor roles) 7.DUNS number and CAGE code. In the event the total requirements are competed on an unrestrictive basis, the Government is interested in identifying contractors that might be willing to perform portions of the work as subcontractors. Potential subcontractors should identify their capabilities applicable to the portion of the work they can perform. Any questions you may have are to be submitted via email to the primary Point of Contract (POC) listed below, NOT through the phone or fax numbers indicated. All capabilities statements shall be submitted electronically (via email) to the primary POC listed below no later than November 10, 2016. Please reference NND17DEPF18L in your submittal. Disclaimer: This Source's Sought Synopsis 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/DFRC/OPDC20220/NND17DEPF18L/listing.html)
 
Place of Performance
Address: NASA Armstrong Flight Research Center (AFRC), PO Box 273 MS/4811, Bldg 4876 Warehouse #6, Edwards, California, 93523, United States
Zip Code: 93523
 
Record
SN04295965-W 20161005/161003234125-084f95f58c5756be979052832e6911b7 (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.