Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 12, 2022 SAM #7468
SOURCES SOUGHT

58 -- Noun_CONTROL INTERCOMMUN_Application_N/A_NSN_5831-01-675-8445FW_Part_Number_R0810000-03

Notice Date
5/10/2022 7:14:39 AM
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
DLA AVIATION AT OKLAHOMA CITY, OK TINKER AFB OK 73145-3070 USA
 
ZIP Code
73145-3070
 
Solicitation Number
FD20302200295
 
Response Due
5/17/2022 1:00:00 PM
 
Archive Date
05/05/2023
 
Point of Contact
Dechantal Johnson-Bryson
 
E-Mail Address
dechantal.johnson-bryson@us.af.mil
(dechantal.johnson-bryson@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 424th 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 government has the associated technical data to provide to potential sources.� Qualification requirements exist and can be located in SAM.gov.� A Source Approval Request (SAR) package must be submitted for approval determination to the Oklahoma City Small Business Office.� The company must have manufactured the Subject or Similar item within the past 36 months for the Original Equipment Manufacturer or Department of Defense in accordance with the available technical data. The proposed North American Industry Classification Systems (NAICS) Code is 336413, 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, 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 manufacture/repair, test, preserve, package 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 respond to this notice by submitting a SAR to SBO.� The specific requirement for this effort is found in the table below. The item is a CONTROL INTERCOMMUN Part Number� � � � � � � NSN� � � � � � � � � � � � � � � � � � � �Estimated Requirement� � � � AMC/AMSC R0810000-03�� ���������� 5831-01-675-8445FW����������� 12 ea�� ����������� ����������� ����������� 4P PURCHASE REQUEST NUMBER FD20302200295 Companies interested in performing the work specified, and have submitted a SAR should submit a statement that a SAR has been submitted 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:� dechantal.johnson-bryson@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: Northrop Grumman 101 Industrial Blvd Warner Robins, GA 31088 1LTU5 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 Contracting Opportunities, sam.gov.Interested vendors can add themselves to the interested vendors list by selecting the �Add me to the Interested Vendors List.� link on the left side of this posting.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/954d0d0012ca4618873dc892da5e4c7c/view)
 
Record
SN06323302-F 20220512/220510230059 (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.