SOURCES SOUGHT
66 -- F5 & T-38 Rate Gyroscope NSN 6610-00-973-2657, P/N 20100 - Sources Sought
- Notice Date
- 7/10/2017
- 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
- FA8117-17-SS-0021
- Archive Date
- 8/10/2018
- Point of Contact
- Sheila Thee, Phone: 4057394436
- E-Mail Address
-
sheila.thee@us.af.mil
(sheila.thee@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Qualification Requirements Full Sources Sought Synopsis F5 & T-38 Rate Gyroscope NSN 6610-00-973-2657, P/N 20100 PURPOSE/DESCRIPTION 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 for the requirements identified below 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 422nd Supply Chain Management Squadron 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 repair of the NSN(s) 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. Qualification requirements are specified in the qualification requirement document. 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, Hub zone 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 repair, 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 either provide a copy of the appropriate AF technical orders, the Original Equipment Manufacturer (OEM) Atlantic Inertial Systems Inc, cage 63395, repair manual (including disassembly, repair, test and an illustrated parts breakdown including part numbers) or an OEM licensee agreement certifying your business is approved by the OEM to repair this equipment. REQUIREMENTS The contractor shall be capable of furnishing all required labor, material, facilities and equipment to accomplish repair, 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 repair requirement for this effort is identified below: Part Number NSN Estimated Repair Requirement 20100 6615-00-973-2657 25 Technical Orders applicable to this sources sought synopsis are as follows: Tech Order 5A11-2-41-3 Date On line version is up-to-date Title Overhaul Rate Gyroscope Part Number 20100 5F11-2-41-4 On line version is up-to-date Illustrated Parts Breakdown, Rate Gyroscope 20100 00-5-1 On line version is up-to-date AF Technical Order System 00-5-3 On line version is up-to-date Technical Order Life Cycle Management 00-35D-54 On line version is up-to-date USAF Material Deficiency Reporting and Investigating System 00-25-260 On line version is up-to-date Asset Marking and Tracking Unique Identification (IUID) Marking Procedures **See attached documents for additional information.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA8117-17-SS-0021/listing.html)
- Place of Performance
- Address: Tinker AFB, Oklahoma, 73145, United States
- Zip Code: 73145
- Record
- SN04573242-W 20170712/170710235743-1807272df488d1ee15cfb603d5102341 (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 |