Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 18, 2017 FBO #5808
SOURCES SOUGHT

16 -- F-16 Audio 1 and Audio 2 Control Panels - Drawing 2 - Drawing 1 - Sources Sought F-16 Audio 1 and Audio 2 Control Panels

Notice Date
10/16/2017
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PK - WPAFB (includes PZ, WL, WW, WI, WN, WK, LP, WF, WK), 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218, United States
 
ZIP Code
45433-7218
 
Solicitation Number
FA8615-17-XX-XXYY
 
Point of Contact
Rolando Perez, Phone: 9377137259, William Tyler Printz, Phone: 937-656-5839
 
E-Mail Address
rolando.perez.3@us.af.mil, William.Printz@us.af.mil
(rolando.perez.3@us.af.mil, William.Printz@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Sources Sought Drawing 1 Drawing 2 SOURCE SOUGHT SYNOPSIS: F-16 Audio 1 and Audio 2 Control Panels NOTICE TYPE: Sources Sought SOURCES SOUGHT NUMBER: FA8615-17-X-XXYY •1. NOTICE: This is not a solicitation but rather a Sources Sought Synopsis to determine potential sources for information and planning purposes only. •1.1 The purpose of this Sources Sought is to conduct market research to determine if responsible sources exist, and to assist in determining if this effort can be competitive and/or a total Small Business Set-Aside. 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 small businesses to include 8(a), Service-Disabled Veteran-Owned, HUB-Zone, and Woman-Owned small business concerns. The Government requests that interested parties respond to this notice and identify your small business status in relation to the aforementioned NAICS code, if applicable. Additionally, please provide any anticipated teaming arrangements, along with a description of similar services offered to the Government and to commercial customers within the past three years. Any responses involving teaming arrangements should delineate between the work that will be accomplished by the prime contractor and the work that will be accomplished by the teaming partners. The Government will use this information for acquisition planning purposes. •2. PROGRAM DETAILS •2.1 The AFLCMC/WWM, F-16 System Program Office, Hill AFB, UT is conducting market research to identify potential candidate firms for the following requirements: •a. The F-16 System Program Office (SPO), AFLCMC/WWM, requires 1,200 new, modified, F-16C/D Block 25/30/32/40/42/50/52 Audio 1 Panels (similar to the current NSN: 6220015864043WF/Part Number 16F4419-827). The new Audio 1 Panel will have seven knobs to control volume for various audio systems and an eighth knob to control switching between Up Front Control and Backup Control for various communication and identification systems. The size and shape of the new Audio 1 Panel will be the same as the current panel. •b. Additionally, the F-16 SPO requires 360 F-16C and F-16D (front seat only) Block 25/30/32 half-size Audio 2 Panels NSN: 1680014993553/Part Number: 16F8423-805. This is the same panel used in F-16C and F-16D (front seat only) Block 40/42/50/52 aircraft. This panel will not change from the current design and must meet all specifications, design, and requirements of the current Audio 2 Panel NSN: 1680014993553/Part Number: 16F8423-805. •c. Operational requirements dictate that the Audio 1 and 2 Panels comply with lighting suitable for use with Night Vision Goggles (NVG) and must meet standards for compatibility with the operational environment. The product must also be ruggedized to withstand normal use on military aircraft and be suitable in the operating environment. Considerations for crew safety, utility, and mission suitability are paramount. •3. RESPONSES •3.1 Responses shall address whether the interested party is capable of providing the required hardware modifications. Additionally, respondents should provide approximate timeframe for completion of the modifications. When responding please include the following information: •a. Company name and CAGE code. •b. Point of contact information. Please provide an email address and phone number. •c. Suggested NAICS Code, if 336413 is not considered appropriate for this effort. •d. Business classification (e.g. large or small, 8(a), woman-owned, etc.) •e. U.S. or foreign-owned entity. •f. Experiences with same or similar items and/or support. Please describe. •g. Would you be a prime or subcontractor? •h. Lead time for task performance. •3.2 THIS IS A REQUEST FOR INFORMATION ONLY. This sources sought synopsis is issued solely for informational and planning purposes. It does not constitute a solicitation (Request for Proposal or Request for Quotation) or a promise to issue a solicitation in the future. As stipulated in FAR 15.201(e), responses to this notice are not considered offers, shall not be used as a proposal, and cannot be accepted by the Government to form a binding contract. This sources sought synopsis does not commit the Government to contract for any supply or service whatsoever; furthermore, the Government is not seeking proposals at this time. Respondents are advised that the Government will not pay for any information or administrative costs incurred in response to this synopsis. All costs associated with responding to this synopsis will be solely at the responding party's expense. The Government requests that non-proprietary information be submitted in response; however, should proprietary information be submitted, it should be marked "PROPRIETARY" and will be handled accordingly. The Government shall not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations. •3.3 Respondents are requested to provide an executive summary, relevant history, and evidence of capability to successfully perform the effort, not to exceed 10 pages/3 MB. Copies of your submitted information will be distributed to AFLCMC/WWM and the Contracting Officer for review. Interested parties are requested to submit one (1) copy of the aforementioned summary to the Contract Specialist, Rolando.perez.3@us.af.mil, no later than 20 calendar days after publication of this notice. Telephone and/or FAX responses will not be accepted. •4. CONTACT INFORMATION Contracting Office: AFLCMC/WWMK 2725 C Street Area B, Bldg. 553 Wright Patterson AFB, OH 45433 Primary Point of Contact: Rolando Perez Contract Negotiator Rolando.Perez.3@us.af.mil (937) 713-7259
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8615-17-XX-XXYY/listing.html)
 
Place of Performance
Address: AFLCMC/WWMK, 2725 C Street Area B, Bldg. 553, Wright Patterson AFB, OH 45433, Wright Patterson AFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN04714610-W 20171018/171016231135-4ab1570a4baa1d711af162f06bace6c2 (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.