Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 14, 2017 FBO #5774
SOURCES SOUGHT

66 -- C-130 Pressure Altimeter, NSN 6610-01-212-6464, P/N 518-28007-921; C-130 Encoder Altimeter, NSN 6610-01-358-7582, P/N 28007-923; C-130 Airspeed Computer, NSN 6610-01-101-1905, P/N 630-37070-235

Notice Date
9/12/2017
 
Notice Type
Sources Sought
 
NAICS
#811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
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-0026
 
Archive Date
10/27/2017
 
Point of Contact
Belinda K. Calvin, Phone: 4057395410
 
E-Mail Address
belinda.calvin@us.af.mil
(belinda.calvin@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
1. C-130 Pressure Altimeter, NSN 6610-01-212-6464, P/N 518-28007-921 2. C-130 Encoder Altimeter, NSN 6610-01-358-7582, P/N 28007-923 3. C-130 Airspeed Computer, NSN 6610-01-101-1905, P/N 630-37070-235 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 items 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 for Airspeed Computer P/N 630-37070-235 to provide to potential sources. Consequently, potential sources typically would be companies who have a license or agreement with the Original Equipment Manufacturer (OEM) Kollsman, Inc., CAGE 89944 to complete the work described, including military specific modifications. The proposed North American Industry Classification Systems (NAICS) Code is 811219, which has a corresponding Size Standard of $20.5M. 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. REQUIREMENTS The Government requests that interested parties respond to this notice in writing regarding any intent to qualify to repair these items. For the Airspeed Computer P/N 630-37070-235, this should include details of your ability to either provide a copy of the OEM's 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 the item. 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. Source qualification requirements are specified in the 848-QR-Master-Item-List published on FedBizOpps.gov. The repair requirement for this effort is identified below: Estimated Repair Requirements Part Number NSN YEAR1 YEAR 2 YEAR 3 YEAR 4 YEAR 5 518-28007-921 6610-01-212-6464 25 20 20 20 20 28007-923 6610-01-358-7582 35 25 25 25 25 630-37070-235 6610-01-101-1905 30 20 20 20 20 Technical Orders applicable to this sources sought synopsis are as follows: Part Number Technical Order Date 518-28007-921 5F5-3-116-13 15-Oct-13 28007-923 5F5-3-116-13 15-Oct-13 630-37070-235 N/A N/A Guidance for technical order released can be obtained from Public Sale Office at Robinspublicsales@us.af.mil, (478)-222-3001 and 420SMCS.TO.Sales@us.af.mil, (405) 736-7335. Part I. Business Information Please provide the following business information for your company/institution and for any teaming or joint venture partners: • Company/Institute Name: • Address: • Point of Contact: • CAGE Code • Phone Number: • E-mail Address: • Web Page URL: • Size of business pursuant to North American Industry Classification System (NAICS) Code: • Based on the above NAICS Code, state whether your company is: • Small Business (Yes / No) • Woman Owned Small Business (Yes / No) • Small Disadvantaged Business (Yes / No) • 8(a) Certified (Yes / No) • HUBZone Certified (Yes / No) • Veteran Owned Small Business (Yes / No) • Service Disabled Veteran Small Business (Yes / No) • Central Contractor Registration (CCR) (Yes / No) • A statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership). • Is your company interested in possible subcontracting opportunities? If so please describe in detail what part or parts of this requirement that your company capable or interested in performing. Part II. Survey Questions 1. Please submit details on your ability to provide either a copy of the OEM's 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. 2. 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. 3. Are there established catalog or market prices for our requirement? Is our requirement offered to both under similar terms and conditions? Briefly describe any differences. 4. Describe your standard warranty and return process for goods and services furnished to the government for items similar in nature to this requirement. GOVERNMENT CONTACTS Please e-mail your response to 422.SCMS.AFMC.RFI@us.af.mil and advise if the requirements stated above can be met. As stated above, this SSS is issued solely for informational and planning purposes, and 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 are not acceptable for any requested information. Suspense for this document will be 30 days after posting. •
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA8117-17-SS-0026/listing.html)
 
Record
SN04674107-W 20170914/170912232855-0b18a9eff74b59f819ab71d83d833828 (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  © 1994-2020, Loren Data Corp.