Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 28, 2021 SAM #7210
SOURCES SOUGHT

99 -- F100-PW-220/229 Engine Component Overhaul Effort

Notice Date
8/26/2021 11:02:07 AM
 
Notice Type
Sources Sought
 
NAICS
336412 — Aircraft Engine and Engine Parts Manufacturing
 
Contracting Office
FA8121 AFSC PZAAA TINKER AFB OK 73145-3303 USA
 
ZIP Code
73145-3303
 
Solicitation Number
FD2030-21-31426
 
Response Due
9/27/2021 2:00:00 PM
 
Archive Date
10/12/2021
 
Point of Contact
Atueayu ""Trey"" Wilson, Phone: 405-582-5308, Bonnie Lutz, Phone: 405-734-4614
 
E-Mail Address
atueayu.wilson.2@us.af.mil, bonnie.lutz@us.af.mil
(atueayu.wilson.2@us.af.mil, bonnie.lutz@us.af.mil)
 
Description
F100-PW-220/229 Engine Component Overhaul Effort in Support of Partner Nations in the F100 International Engine Management Program THERE IS NO SOLICITATION AVAILABLE AT THIS TIME.� REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE.�� PURPOSE This Sources Sought Synopsis (SSS) is in support of market research being conducted by the United States Air Force (USAF).� This market research is being conducted to increase competition for this requirement by identifying potential sources and to gauge small business interest to determine whether or not this requirement can be satisfied with a Small Business Set-Aside. The Government will use the information gathered through publication of this SSS to determine the best acquisition strategy for this requirement.� DESCRIPTION The AFLCMC/LPSIB organization, 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 overhaul of the F100-PW-220/229 augmentor components and accessories National Stock Numbers (NSNs) in the attached list 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 proposed North American Industry Classification Systems (NAICS) Code is 336412 (Aircraft Engines and Engine Parts Manufacturing), which has a corresponding Size Standard of 1,500 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, 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. CONTRACTOR CAPABILITY SURVEY & TECHNICAL DATA The Government does not have the associated technical data to provide to potential sources.� Consequently, any potential sources for this effort will need to undergo the Source Approval Requirement (SAR) process. The contractor shall be capable of furnishing all required labor, material, facilities and equipment to accomplish acquisition and packaging of completely serviceable units.� Generally, the work to be accomplished includes disassembly, cleaning, inspection, assembly, testing, preservation, and packaging to return an unserviceable asset to a like-new condition.� Additionally, potential sources may be responsible for supply chain management, logistics planning, forecasting production requirements, long-lead time parts procurement, diminishing manufacturing sources and material shortage issues, and shipping serviceable assets. Potential sources may be responsible for nonrecurring engineering costs associated with becoming an approved source. The Government requests that interested parties respond to this notice in writing including details of your ability to either provide a copy of the OEM�s overhaul manual (including disassembly, overhaul, test and an illustrated parts breakdown including part numbers) or an OEM licensee agreement certifying your business is approved by the OEM to overhaul this equipment. 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 cognizant engineering workflow at the following address: 423SCMS.FedBizOps.Inquiries@us.af.mil Potential sources wishing to be qualified to perform the requirement specified above are REQUIRED to complete a Source Approval Request (SAR) package as specified in RQR-PSD-1 attached. QRs and Repair Data List (RDL), if applicable, are attached to this notice.� Government provided data is annotated on the RDL attached to this posting.� Requests for technical data in response to this SSS posting should be submitted to the Tinker TO Public Sales Office at AFLCMC.LZP.PubSales@us.af.mil. SAR packages and SAR-process questions should be submitted to the AFSC Small Business Office at: SAR submittal: https://www.tinker.af.mil/Home/429SCMS-SASPO/ Source Development Specialist Email: stacy.cochran@us.af.mil Due to COVID-19 and the increase in teleworking (social distancing) we ask that all SAR packages be temporarily submitted electronically through https://safe.apps.mil/. DoD safe is a safe option for large files. If you have a PKI certificate you can send directly, if you do not then send a request to: 429SCMS.SASPO.Workflow@us.af.mil� or stacy.cochran@us.af.mil and include your email address and �request a drop off�. A �request for drop off� will be returned, use this to submit your SAR package. Thank you for your patience and understanding during this difficult time. PRODUCTION INFORMATION The specific requirement for this effort is found in the attachment below.� The items are for the overhaul of F100-PW-220/229 engine components. Part Number�������������� ��������� NSN���������� ���������������� ��Quantity������ Tech Order Reference SEE ATTACHED���� SEE ATTACHED���� � SEE ATTACHED�� ����������� N/A ESTIMATED SOLICITATION INFORMATION Estimated Solicitation Date:� 1 November 2021 Estimated Solicitation Closing/Response Date: 1 December 2021 PR#: FD2030-21-31426 Please e-mail your response advising if the requirements stated above can be met to the following address: atueayu.wilson.2@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. Respond (along with the requested information) directly to: atueayu.wilson.2@us.af.mil and Bonnie.lutz@us.af.mil Primary Point of Contact: Atueayu �Trey� Wilson��������������������������������������������������������������������������������������������������������� Bonnie A. Lutz Logistics Manager Specialist�������������������������������������������������������������������������������������������������� Contracting Officer Phone: 405-582-5308���������������������������������������������������������������������������������������������������������� Phone: 405-734-4614 Atueayu.Wilson.2@us.af.mil ����������������������������������������������������������������������������������������������������� Bonnie.lutz@us.af.mil
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/f7f9fd273ca04652bf86c111fad8f529/view)
 
Record
SN06113600-F 20210828/210826230136 (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.