Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 18, 2020 SAM #6806
SOURCES SOUGHT

J -- F-16 D Model Canopy Repair Sources Sought

Notice Date
7/16/2020 10:09:55 AM
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
FA8251 AFSC PZABB HILL AFB UT 84056-5825 USA
 
ZIP Code
84056-5825
 
Solicitation Number
FA8251-20-F16CanopyRepairSS
 
Response Due
7/30/2020 3:00:00 PM
 
Archive Date
08/14/2020
 
Point of Contact
Jason Neering, Phone: 8017779296
 
E-Mail Address
jason.neering@us.af.mil
(jason.neering@us.af.mil)
 
Description
Sources Sought for the F-16 D Model Canopy Notice ID: FA8251-20-F16CanopyRepairSS NAICS Classification Code: 336413 � 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.� This announcement is NOT a Request for Proposal (RFP) nor an Invitation for Bid (IFB), nor is it to be construed as a commitment by the Government to issue a formal solicitation or ultimately award a contract.� The proposed North American Industry Classification Systems (NAICS) Code is 336413 which has a corresponding size standard of 1,250 employees . The Government will use this information to determine the best acquisition strategy for this procurement. The Government is interested in all small businesses to include 8(aL Service-Disabled VeteranOwned, 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. 1.2� Responses to this Sources Sought announcement are voluntary, and therefore, the U.S. Government is not liable to pay or reimburse any contractors which respond to this announcement.� Any costs incurred by interested companies in response to this announcement are solely the responsibility of the responder.� The Government does NOT intend to contract on the basis of this request or otherwise pay for any information solicited herein and the Government reserves the right to reject, in whole or in part, any contractor�s input resulting from this RFI.� 1.3.� In accordance with Federal Acquisition Regulation (FAR) 15.201(e), a response to this notice is not an offer and cannot be accepted by the government to form a binding contract.� Responders are solely responsible for all expenses associated with their response.� Not responding to this inquiry does not preclude participation in any future request for Proposal (RFP), if issued.� If a solicitation is released, it will be publicized in accordance with the requirements of the FAR. 2.� PROGRAM DETAILS: The Air Force is issuing this repair sources sought announcement as part of a market research survey to determine if additional sources exist that could become qualified to repair the F-16 D Model Canopy NSN 1560-01-167-5199, Part Number 16K2580-1 and NSN 1560-01-499-8876, Part Number 16K2580-845.� Responses to this Notice shall consist of an initial white paper (not to exceed 3 pages) describing the offeror�s capabilities with regard repairing the F-16 D Model Canopy.� The F-16 D Model Canopy is applicable to all F-16 D Model aircraft.� The canopy assembly provides ready access to the cockpit, environmental protection for the crewmembers, maximum visibility during operation, and rapid egress of crewmembers in an emergency. The F-16D Canopy is a military specific component.� The respondent would need to be able to demonstrate the ability to repair the F-16 D Model Canopy.� The government�owns repair manuals or detailed parts lists for the F-16 D Model Canopy.� Additionally, the government does not have any special test equipment available for repair. �If the offerer is able to develop or obtain the data, manuals, and tech orders from another party, they must be able to demonstrate that they have access to such resources and the legal right to use said resources to repair assets for the government.� Parties interested in repairing the F-16 D Model Canopy will be required to become a qualified source, in accordance with the attached Repair Qualification Requirements (RQR) and will need to submit a source approval request. 3. INFORMATION SOUGHT: Interested organizations who feel they possess the necessary capabilities should respond by providing the Government the following information: a point of contact, address, telephone, and fax numbers, email address, duns number, cage code, and/or tax ID number, as well as size category, (large, small, small disadvantaged, etc) a brief summary of the companies capabilities, description of facilities, personnel, related repair experience, and existing safety approvals ( refer to the white paper listed above). In addition, provide any supporting information such as commercial literature, catalogues, manuals, etc.� If a respondent chooses to utilize the services of sub-tier vendors or subcontractors, those vendors or subcontractors must meet the criteria specified herein as well. Responses to this Notice are due on or before 30 July 2020.� All information marked as proprietary information will be safeguarded to prevent disclosures to nongovernment personnel and entities.� 4. PLEASE SEND CORRESPONDENCE OR QUESTIONS TO THE FOLLOWING: Jason Neering Contracting Representative 801 777-9296 jason.neering@us.af.mil
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/2a5cc49fd4a84667ab5b47407fcd0d23/view)
 
Record
SN05724141-F 20200718/200716230203 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.