Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 28, 2016 FBO #5453
SOURCES SOUGHT

16 -- Sources Sought for the Overhaul/Upgrade/Repair of the AH-64 Servocylinder Directional, Servocylinder Longitudinal, and Servocylinder

Notice Date
10/26/2016
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - RSA (W58RGZ) Aviation, SPARKMAN CIR BLDG 5303, Redstone Arsenal, Alabama, 35898-0000, United States
 
ZIP Code
35898-0000
 
Solicitation Number
W58RGZ-16-R-0286
 
Archive Date
11/24/2016
 
Point of Contact
Caroline Ethridge, Phone: 2569559230
 
E-Mail Address
caroline.e.ethridge.civ@mail.mil
(caroline.e.ethridge.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a sources sought announcement. This announcement is in support of market research to determine the feasibility of a competitive acquisition and to identify potential sources that can provide the overhaul/upgrade/repair of the following items: NOMENCLATURE: Overhaul/Upgrade/Repair of the SERVOCYLINDER DIRECTIONAL INPUT NSNs: 1650-01-273-7608 1650-01-494-0083 INPUT P/Ns: 289400-1021 289400-1027 OUTPUT NSN: 1650-01-494-0083 OUTPUT P/N: 289400-1027 ESTIMATED QUANTITY RANGE: Minimum 180 each - Maximum 1200 each (Maximum includes a Foreign Military Sales (FMS) Quantity of 200 each) NOMENCLATURE: Overhaul/Upgrade/Repair of the SERVOCYLINDER LONGITUDINAL INPUT NSNs: 1650-01-273-7609 1650-01-494-0084 INPUT P/Ns: 308900-1027 308900-1033 OUTPUT NSN: 1650-01-494-0084 OUTPUT P/N: 308900-1033 ESTIMATED QUANTITY RANGE: Minimum 170 each - Maximum 1428 each (Maximum includes a Foreign Military Sales (FMS) Quantity of 238 each) NOMENCLATURE: Overhaul/Repair of the SERVOCYLINDER INPUT NSN: 1650-01-273-7610 INPUT P/N: 289300-1031 OUTPUT NSN: 1650-01-273-7610 OUTPUT P/N: 289300-1031 ESTIMATED QUANTITY RANGE: Minimum 300 each - Maximum 1800 each (Maximum includes a Foreign Military Sales (FMS) Quantity of 300 each) The applicable North American Industry Classification System (NAICS) code is 336413 and the size standard is 1250 employees. Interested parties who have the capability to perform the above effort should respond to this notice and identify your business size and socio-economic status as applicable. All submissions must include full company names, Point of Contacts (POCs) to include, name, position, office and mobile telephone numbers and email address. A Depot Maintenance Work Requirement (DMWR) is not available for this requirement. The Servocylinder Directional, Servocylinder Longitudinal, and Servocylinder have been identified as a Critical Safety Items (CSI). Pursuant to the provisions of Public Law No. 108-136, National Defense Authorization Act Fiscal Year 2004, Section 802, Quality Control in Procurement of Aviation Critical Safety Items and related services, as implemented for acquisition by Department of Defense Acquisition Regulation Supplement (DFARS 209-270), contracts for modification, repair, or overhaul of CSI items can only be awarded to a source approved by the head of the design control activity. Both a Product Verification Audit (PVA) and M&O CSI Quality Systems Requirement (QE-STD-2) are required for the overhaul/repair/upgrade. There are two approved sources, Parker-Hannifin Corp. (CAGE Code 82106) and Boeing Company (CAGE Code 8V613). This requirement will be an other than Full and Open Competitive Acquisition. Contractors are encouraged to seek Source Approval Requests (SAR) in order to become an approved source by submitting documentation in accordance with the Competition Advocate's Shopping List (CASL) procedures. These procedures are outlined at the following website: http://amcomdmz.redstone.army.mil/casl_cmo/casl_cmo_home. This announcement is for information and planning purposes only and should not be construed as a commitment by the Government for any purpose. This announcement does not constitute a RFP. A synopsis will be issued at a later date for this requirement. Requests for a solicitation will not receive a response. No reimbursement will be made for any costs associated with providing information in response to this announcement and any follow-up information requested. No basis for claim against the Government shall arise as a result of a response to this announcement or Government use of any information provided. This announcement does not restrict the Government to an ultimate acquisition strategy. The Government reserves the right to consider acquisition strategies as deemed appropriate. Submittal of information is requested via electronic mail only to Caroline Ethridge, Contract Specialist, caroline.e.ethridge.civ@mail.mil, no later than 9 November 2016.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d10f5050ba1f0c10c894235bd039f4ca)
 
Place of Performance
Address: U.S. Army Aviation and Missile Command (W58RGZ), ATTN: CCAM-ALM, Building 5303, Martin Road, Redstone Arsenal, Alabama, 35898, United States
Zip Code: 35898
 
Record
SN04313141-W 20161028/161026234144-d10f5050ba1f0c10c894235bd039f4ca (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.