SOURCES SOUGHT
15 -- B-52 Aircraft Fuel Tank
- Notice Date
- 10/6/2022 4:23:49 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
- FD20302300055
- Response Due
- 10/13/2022 1:00:00 PM
- Archive Date
- 10/14/2022
- Point of Contact
- Brandy Frasco
- E-Mail Address
-
brandy.frasco.3@us.af.mil
(brandy.frasco.3@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 based solely on 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 will use this information to determine the best future acquisition strategy for this procurement.� This part must be acquired from a manufacturing source(s) specified on a source control or selected item drawing as defined by the current version of DoD-STD-100.� Suitable technical data, Government data rights, or manufacturing knowledge are not available to permit acquisition from other sources, nor qualification testing of another part, nor use of a second source part in the intended application.� Although, by DoD-STD-100 definition, altered and selected items shall have an adequate technical data package, data review discloses that required data or data rights are not in Government possession and cannot be economically obtained. Any company wishing to manufacture this item must be licensed by, or have an agreement with, the Original Equipment Manufacturer: The Boeing Company, Cage Code�82918, to complete the work described, including military specific modifications.� The proposed North American Industry Classification Systems (NAICS) Code is 336413, which has a corresponding Size Standard of 1,250 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 below.� The item is a Tank, Fuel, Aircraft for the B-52 ���� Part Number������������ NSN���������� ���� ����������������������������������� Estimated Requirement ����� AMC/AMSC ����������� 520-12991-3�� ����������� 1560-01-522-1614FG ����������� 9ea����� ����������������������� ����������� 3B PURCHASE REQUEST NUMBER FD20302300055 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: Brandy.Frasco.3@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.� ��� Please provide the following business information for your company/institution and for any teaming or joint venture partners: Company/Institute Name and Address Cage Code DUNs Number 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 Size of business pursuant to North American Industry Classification System (NAICS) Code: 336413 ������ Based on the above NAICS Code, state whether your company is: Small Business����������������������������������������������� (Yes / No) Woman Owned Small Business��������������������� (Yes / No) Small Disadvantaged Business���������������������� (Yes / No) 8(a) Certified������������������������������������������������� (Yes / No) HUBZone Certified��������������������������������������� (Yes / No) Veteran Owned Small Business��������������������� (Yes / No) Service Disabled Veteran Small Business����� (Yes / No) ����� Central Contractor Registration (CCR).� ����������� (Yes / No) System for Award Management (SAM)� � ����������(Yes / No) ����� A statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership). Please answer the following questions: As a small or large business, do you believe conditions exist for a small business set-aside in accordance with FAR 19.502-3(a) for any portion of the requirement described above?� If yes, please indicate which portion of the requirement and the most appropriate NAICS code for each portion.� Of the portion of work you identified as having the potential to be small business set-aside, are you most interested in performing as a prime contractor or subcontractor for the requirement described above and indicate whether you would qualify as a small or large business under the NAICS code you believe is most appropriate? If you are a small business, of the portion of work you identified as having the potential to be partially set-aside, are you capable of performing at least 50% of the work, in order to comply with FAR Clause 52.219-14, specifically 52.219-14(c) (1), �Services (except construction), it will not pay more than 50 percent of the amount paid by the Government for contract performance to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count toward the 50 percent subcontract amount that cannot be exceeded� If you are a small business interested in performing a portion of the requirement as a set- aside, provide a brief summary of your company�s experience and past performance within the past three years as a prime contractor as it relates to the magnitude of this anticipated requirement and/or the portion of the work you identified as having the potential to be partially set-aside. If a large business, relative to NAICS Code 336413, submit the reasonable expectation of subcontracting opportunities for small business concern(s) to provide materials, parts and/or services in support of your capabilities to repair the NSN listed above. Responses and/or questions to this synopsis will be posted through beta.SAM.gov. Respond (along with the requested information) directly to: Brandy.Frasco.3@us.af.mil Primary Point of Contact: Brandy Frasco Logistics Management Specialist 424 SCMS/GUMA 405-464-7000
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/bc6b2f1d77e5491ba02a88a531e5443c/view)
- Record
- SN06489205-F 20221008/221006230103 (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 |