Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 14, 2021 SAM #6986
SOURCES SOUGHT

99 -- NSN: 2935-01-319-5010PR, P/N: 07482/1583M13

Notice Date
1/12/2021 1:54:54 PM
 
Notice Type
Sources Sought
 
Contracting Office
DLA AVIATION AT OKLAHOMA CITY, OK TINKER AFB OK 73145-3070 USA
 
ZIP Code
73145-3070
 
Solicitation Number
21-00050
 
Response Due
1/20/2021 2:00:00 PM
 
Archive Date
02/04/2021
 
Point of Contact
421SCMSRequirements
 
E-Mail Address
421SCMS.Requirements@us.af.mil
(421SCMS.Requirements@us.af.mil)
 
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 manufacturing sources 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 421st 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 manufacture of the NSN(s) listed below.� . The proposed North American Industry Classification Systems (NAICS) Code is 336412, which has a corresponding Size Standard of 1,000 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, Hubzone 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 manufacture, 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 provide documentation that supports your company�s capability in meeting these requirements The specific requirement for this effort is found the table below.� The item is a COOLER, LUBRICATING��� Part Number�������������� NSN�����������������Estimated Requirement���� AMC/AMSC�������������� 07482/1583M13�����2935-01-319-5010PR��������� 9 ea����������������������������� 3/B PURCHASE REQUEST NUMBER FD20302100050 Companies interested in performing the work specified, and have met the requirements stated above, should submit this information (i.e. license or agreement information) to the requirements workflow at the following address. Please include the PR number in the subject line of the request to ensure the action is routed to the responsible organization. Please e-mail your response advising if the requirements stated above can be met to the following address:� 421SCMS.Requirements@us.af.mil. This SSS is issued solely for informational and planning purposes.� 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 of information are not acceptable.� ��� Submit the following information also: Company Name and Address Cage Code DUNs Number Company business size by NAIC code Small Business Type (s), if applicable Point of Contact� for questions and/or clarification Telephone Number, fax number, and email address Web Page URL Teaming Partners (if applicable) OEM License/Agreement/Manual Provide any recommendations and/or concerns. Responses and/or questions to this synopsis will be posted through FBO.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/f00a0bfaf12e4760ae6679b277226e17/view)
 
Record
SN05890604-F 20210114/210112230113 (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  © 1994-2020, Loren Data Corp.