Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 29, 2021 SAM #7119
SOURCES SOUGHT

R -- F-107 Engineering Support

Notice Date
5/27/2021 6:54:57 AM
 
Notice Type
Sources Sought
 
NAICS
336412 — Aircraft Engine and Engine Parts Manufacturing
 
Contracting Office
FA8626 AFLCMC WN/LP WRIGHT PATTERSON AFB OH 45433-7017 USA
 
ZIP Code
45433-7017
 
Solicitation Number
FA8626-22-R-0012
 
Response Due
6/11/2021 1:00:00 PM
 
Archive Date
06/26/2021
 
Point of Contact
Crystal Krieman, Phone: 9372551498, Timothy Hayes, Phone: 9372551886
 
E-Mail Address
crystal.krieman.1@us.af.mil, timothy.hayes.1@us.af.mil
(crystal.krieman.1@us.af.mil, timothy.hayes.1@us.af.mil)
 
Description
This is a Sources Sought Synopsis; there is no solicitation available at this time. Requests for solicitation will receive no response. This Sources Sought Synopsis is published for market research purposes only. This Sources Sought Synopsis is conducted to identify potential sources capable of meeting the requirements for Component Improvement and Testing of the F-107 engine used on the USAF Air Launched Cruise Missiles. The F107-WR-101 Component Improvement Program (CIP) has the following objectives: (1) Safety risk abatement and management, (2) Provide obsolescence management, (3) Provide configuration management, (4) Provide Analytical Component Inspection (ACI), (5) Provide repair opportunities, and (6) Provide engine improvement opportunities. The Air Force anticipates a Firm Fixed Price contract will be awarded. The Air Force anticipates a twelve-month Period of Performance (POP) on the base contract with possible two (2) one-year options. The projected base year period of performance is 01 Oct 2021 - 31 Sep 2022. The Air Force anticipates this acquisition will utilize procedures outlined in FAR Part 13-Simplified Acquisition Procedures. Information is being collected from all potential sources at this time. Firms responding to this announcement should indicate whether they are a large business, small business, small disadvantaged business (SDB), woman-owned small business (WOSB),� 8(a)-certified business, service-disabled veteran-owned small business (SDVOSB), veteran-owned small business (VOSB), or Historically Underutilized Business small business (HUBZone). The National American Industry Classification System (NAICS) code for this action is 336412, size standard 1,500.� All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. Prospective contractors are cautioned to ensure that the proper NAICS code appears in their SAM. The Air Force has not yet determined the acquisition strategy for this requirement, including whether a set-aside strategy is applicable. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime contractors must perform over 50% of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14. All interested parties shall submit a capabilities package. Interested contractors submit a 4-8 page capabilities document. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. Recent, relevant experience in all areas should be provided, including whether this experience was as a prime or subprime contractor, whether it was in support of a Government or commercial contract and what the scope of the experience was. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. Interested contractors will clearly explain how they intend to meet the stated requirements. Your statement of capabilities should include the following: Company Name; Address; Point of Contact; Telephone number; E-Mail Address; CAGE Code; Web Page URL; and Small business size certification if applicable. Please submit one (1) electronic copy of your response to crystal.krieman.1@us.af.mil. Statements should be submitted no later than 11�JUN 2021 4:00 PM E.T. The Government will endeavor to answer any questions interested parties may have. All questions must be submitted in writing to crystal.krieman.1@us.af.mil. The Government will neither award a contract solely on the basis of this synopsis nor will it reimburse the contractor for any costs associated with preparing or submitting a response to this notice. This synopsis does not constitute a Request for Quotation, Request for Proposal (RFP) or an Invitation for Bid (IFB), nor does this issuance restrict the Government's acquisition approach. The Government reserves the right to reject in whole or part any industry input as a result of this announcement. The Government recognizes that proprietary data may be a part of this effort. If so, clearly mark such restricted or proprietary data and present it as an addendum to the non-restricted/non-proprietary information. If you have any questions, you may contact Crystal Krieman at crystal.krieman.1@us.af.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b2e718ce7f9642beb4dfa4f8f53327ec/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06015782-F 20210529/210527230115 (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.