Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 11, 2022 SAM #7651
SOURCES SOUGHT

J -- Sources Sought - F-16 Viper Memory Loader Verifier Interface Adapter (IA)

Notice Date
11/9/2022 2:06:11 PM
 
Notice Type
Sources Sought
 
NAICS
334418 — Printed Circuit Assembly (Electronic Assembly) Manufacturing
 
Contracting Office
FA8251 AFSC PZABB HILL AFB UT 84056-5825 USA
 
ZIP Code
84056-5825
 
Solicitation Number
FA8251-23-VIPER
 
Response Due
12/9/2022 3:00:00 PM
 
Point of Contact
Kristen Cross, Phone: 8017753509, MSgt Jason Falkner, Phone: 8017774745
 
E-Mail Address
kristen.cross.2@us.af.mil, jason.falkner@us.af.mil
(kristen.cross.2@us.af.mil, jason.falkner@us.af.mil)
 
Description
Sources Sought for the F-16 Viper Memory Loader Verifier Interface Adapter (IA) Notice ID: FA8251-23-VIPER NAICS Classification Code:�334418 1. NOTICE: This is not a solicitation but rather a Sources Sought Synopsis to determine potential sources for information and planning purposes only. 1.1 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.� This announcement is not a Request for Proposal (RFP) nor an invitation for Bid (IFB), nor is it to be construed as a commitment by the Government to issue a formal solicitation or ultimately award a contract.� The proposed North American Industry Classification Systems (NAICS) Code is 334418 which has a corresponding size standard of 750 Employees. 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 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. This notice is a Sources Sought, and is not a request for competitive proposals, quotations or an invitation for bid. Since this Sources Sought does not represent a current requirement, response is voluntary and the Government assumes no liability to reimburse contractors for either the effort or the associated costs to respond, or for any information provided. These costs remain solely the responsibility of the responding contractor. Information provided will be used solely for planning and market research purposes in determining the competitive atmosphere for these assets. 2. Program Details: The Air Force is issuing this repair sources sought announcement as part of a market research survey to determine if additional sources exist that could become qualified to repair the F-16 Viper Memory Loader Verifier Interface Adapter (IA) NSN 4920-01-508-0416WF, Part Number 8379436P001 and NSN 4920-01-648-3863WF, Part Number 8379436P003.� The F-16 Viper Memory Loader Verifier Interface Adapter (IA) is a military specfic component. The repsondent would need to be able to demonstrate the ability to repair the F-16 Viper Memory Loader Verifier Interface Adapter (IA). The Government does not own the data or data rights for the F-16 Viper Memory Loader Verifier Interface Adapter. The respondent would need to be able to demonstrate the abily to obtain or create those resources to execute maintenance in a timely fashion. If the offerer is able to develop or obtain the data, manuals, and tech orders from another party, they must be able to demonstrate that they have access to such resources and the legal right to use said resources to repair assets for the Government.� 3.�INFORMATION SOUGHT: Interested organizations who feel they possess the necessary capabilities should respond by providing the Government 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.� 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? Discuss any concerns you may have with our requirement and/or how it can be met best and why. Respondents are requested to provide the above information in a white paper summary, not to exceed 3 pages. Copies of your submitted information will be distributed to the AFMC 416 SCMS and the Contracting Office for review. Interested parties are requested to submit one (1) copy of the aforementioned summary to the Buyer (kristen.cross.2@us.af.mil) and 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. Responses to this Notice are due on or before 09-December-2022.� All information marked as proprietary information will be safeguarded to prevent disclosures to nongovernment personnel and entities.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/fc6517018ddc423cab0b696180c95a19/view)
 
Record
SN06514275-F 20221111/221109230115 (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.