Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 08, 2024 SAM #8229
SOURCES SOUGHT

R -- Applications/Programs/Indentures (API) Data Cleanse Engineering Services

Notice Date
6/6/2024 8:36:32 AM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
FA8119 AFSC PZABC TINKER AFB OK 73145-3015 USA
 
ZIP Code
73145-3015
 
Solicitation Number
FD20302401710
 
Response Due
7/8/2024 11:00:00 AM
 
Archive Date
07/23/2024
 
Point of Contact
Belinda Calvin, Julie Adamski
 
E-Mail Address
belinda.calvin@us.af.mil, julie.adamski@us.af.mil
(belinda.calvin@us.af.mil, julie.adamski@us.af.mil)
 
Description
B-2 Applications/Programs/Indenture (API) Services CAUTION: This is a Sources Sought Synopsis/Notice (SSS) for a Sole Source requirement, IAW Far 6.302-1.� This Sources Sought Notice which, as part of market research, is being issued in accordance with (IAW) Federal Acquisition Regulation (FAR) 10 Market Research. This is not a solicitation, no solicitation exists. This is not a request for a quote, request for proposal, or an invitation to bid, nor is this to be construed as a commitment by the US Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will not reimburse or pay for any information submitted in response to this SSS or RFI or any follow-up information requests.� This market survey is being conducted to identify potential sources that may possess the expertise, capabilities, and experience to meet the requirements of performing API research and technical services for various B-2 aircraft items managed by 848 SCMG.� These items include (but may not be limited to): Aircraft structures Aircraft mechanical Aircraft electronics Aircraft avionics Aircraft life support Ground support equipment The level of security clearance and amount of foreign participation in this requirement has not been determined.� Contractors/Institutions responding to this market research are placed on notice that participation in this survey may not ensure participation in future solicitations or contract awards.� The Government will not reimburse participants for any expenses associated with their participation in this survey. INSTRUCTIONS: Below is a document containing a description of the B-2 API requirement and a Contractor Capability Survey, which allows you to provide your company�s capability. If, after reviewing these documents, you desire to participate in the market research, you should provide documentation that supports your company�s capability in meeting these requirements.� Failure to provide documentation may result in the Government being unable to adequately assess your capabilities.� If you lack sufficient experience in a particular area, please provide details explaining how you would overcome the lack of experience/capabilities in order to perform that portion of the requirement (i.e., teaming, subcontracting, etc.) Identify any areas of work that your organization believes should be broken out exclusively for Small Business. Both large and small businesses are encouraged to participate in this Market Research.� Joint ventures or teaming arrangements are encouraged. Questions relative to this market survey should be addressed to: 424SCMS.RFI.Responses@us.af.mil. B-2 Applications/Programs/Indenture (API) Services PURPOSE/DESCRIPTION ����� The Government is conducting market research to identify potential sources that possess the specialized expertise, capabilities, and experience required for B-2 Applications/Programs/Indenture (API) services that include data verification/correction, gap analysis, data cleansing of API, and actions associated with discrepancy identification of applicable illustrated parts breakdown maintenance parts lists.� A draft performance work statement (PWS) is attached.� This acquisition strategy is envisioned as a five-year contract (basic plus four option years) and will continue through FY2030. The contractor is expected to have access to OEM engineering data in order to accomplish the work required for this effort.� At this time, Northrop Grumman Corporation is the only known source that has access to this data.� Sources responding to this notice are expected to provide proof (via OEM licensing agreements or other mechanism) that they have access to the appropriate engineering data needed to accomplish this effort. This effort is designed to provide analysis and corrective actions for data inconsistencies between D200F (API), technical orders (TOs), and source drawings.� Reach-back to B-2 OEM data will be necessary to facilitate review and correction of deficiencies associated with D200F and the illustrated parts breakdown maintenance parts lists.� This data review is designed to provide technical support of B-2 end items originally managed by the B-2 System Program Office (SPO) that have transitioned to the 424 SCMS.� The overall objective of this effort is to provide the Government with updated API facilitating accurate indenture records within D200F and correct part number configuration within the respective illustrated parts breakdown maintenance parts lists.� The Government currently does not currently possess engineering/technical data required to perform this workload.� The Government believes that only Northrop Grumman Corporation possesses this engineering data at this time.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/eeced794b43b42d1bc8a55c35558bde6/view)
 
Record
SN07089418-F 20240608/240606230126 (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.