SOURCES SOUGHT
J -- Suncraft Power Supply Repair
- Notice Date
- 4/7/2022 12:32:24 PM
- Notice Type
- Sources Sought
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- FA8251 AFSC PZABB HILL AFB UT 84056-5825 USA
- ZIP Code
- 84056-5825
- Solicitation Number
- Power_Supply_Repair_6130-01-473-8223-65R005
- Response Due
- 5/7/2022 9:00:00 PM
- Point of Contact
- MSgt Jason Falkner, Phone: 801-777-4745, Tim Howard, Phone: 8016751350
- E-Mail Address
-
jason.falkner@us.af.mil, timothy.howard.27@us.af..mil
(jason.falkner@us.af.mil, timothy.howard.27@us.af..mil)
- Description
- REQUIREMENT TITLE: Suncraft Power Supply Repair NSN/Part Number(s): 6130-01-473-8223 / 765R005 Solicitation Number: TBD Notice Type: Sources Sought Announcement 1. NOTICE: This is not a solicitation but rather a Sources Sought Announcement to determine potential sources for information and planning purposes only. A Repair Qualification Requirement (RQR) is also attached to this notice, detailing the process to become a qualified approved source or if applicable, submit a source qualification waiver. a) The purpose of this Sources Sought is to conduct market research to determine if responsible sources exist, 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 811219 which has a corresponding Size standard of $22M. 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(a), Service-Disabled Veteran-Owned, 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 historically. 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. 2. PROGRAM DETAILS: a. This Power Supply is used in the AN/APG-68 Radar System in the F-16 C/D aircraft. The Power Supply is a critical part of F-16 radar, which supplies power to processes digital radar return from the receiver for target information. b. The Power Supply is a Shop Replaceable Unit (SRU). The SRU Unit attaches to the Line Replaceable 3. RESPONSES: a) Responses shall address whether the interested party is capable of providing the repair services for the Suncraft Power Supply. When responding please include the following information: � Basic Company Information: � Company name and CAGE code. � Point of contact information. Please provide an email address and phone number. � Business classification (e.g. large or small, 8(a), woman-owned, etc.) � U.S. or foreign-owned entity. � Repair Information: � Experiences with same or similar items and/or support. Please describe. � Past and present experience with similar airframe repair for commercial and or military platforms. If so, please list them with a point of contact that includes an e-mail address, part number/NSN, dates, unit price, and if it was delivered on time. � Demonstrate that the necessary parts can be built either through existing capability or through qualified suppliers. � Briefly outline the internal processes used to maintain repair consistency or the processes utilized to ensure repairs are per the tech data requirements. � Identify the ability to manufacture special tooling and supplies required to repair the assets such as assembly fixtures, stands, etc. � What is the anticipated repair lead time? � How much repair in percentage would your firm do and how much would you subcontract out? � What acquisition strategy and contract type do you recommend for this requirement that will provide the Government the best value and why? � Discuss any concerns you may have with our requirement and/or how it can be met best and why. b) Respondents are requested to provide the above information in a white paper summary, not to exceed 5 pages. Copies of your submitted information will be distributed to the 416th Supply Chain Management Squadron and the Contracting Office for review. Interested parties are requested to submit one (1) copy of the aforementioned summary to the Contracting Officer (jason.falkner@us.af.mil) no later than 30 calendar days after publication of this notice. Telephone and/or FAX responses will not be accepted. NOTE: Source Approval Request (SAR) packages are not the same as a Sources Sought Response. For instructions on how to become a qualified approved source, see the RQR and RDL attached to this posting. Please e?mail all SAR packages by 7 May 2022, to the following: ? Alysha Caldwell, Source Development Specialist, Alysha.caldwell@us.af.mil ? MSgt Jason Falkner, jason.falkner@us.af.mil 4. DISCLAIMER: THIS IS A REQUEST FOR INFORMATION ONLY. This sources sought announcement 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 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 notice. All costs associated with responding to this notice 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. 5. CONTACT INFORMATION Contracting Office: AFMC AFSC OL:H/PZAAB 6050 Gum Lane, Bldg. 1215 Hill AFB, UT 84056 Primary Point of Contact: MSgt Jason Falkner Contracting Officer jason.falkner@us.af.mil 801-777-4745
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/42d41078aa7b4b38aa7b76dc67bfe500/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06292744-F 20220409/220407230104 (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 |