SOURCES SOUGHT
29 -- Performance Based Logistics (PBL) for Secondary and Ground-Based Auxiliary Power Systems
- Notice Date
- 12/1/2025 2:58:03 PM
- Notice Type
- Sources Sought
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- DLA AVIATION AT OGDEN, UT HILL AIR FORCE BASE UT 84056-5820 USA
- ZIP Code
- 84056-5820
- Solicitation Number
- SPRHA1-26-R-B2ATS
- Response Due
- 12/18/2025 3:00:00 PM
- Archive Date
- 01/02/2026
- Point of Contact
- Nathan Flinders, Phone: 385-591-1416, Jessica Petrilla
- E-Mail Address
-
nathan.flinders@dla.mil, jessica.petrilla@us.af.mil
(nathan.flinders@dla.mil, jessica.petrilla@us.af.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- Synopsis: Sources Sought for Potential Inclusion in Existing RFP The purpose of this Sources Sought (SS) is to conduct market research to determine if responsible sources, other than Honeywell International Inc. (HII), exist for National Stock Numbers (NSN) 2995-01-441-1056FW and 2995-01-526-8291. These NSNs are Air Turbine Starter components used in the B-2 and C-130 aircraft, respectively. HII is the original equipment manufacturer (OEM) with design control, authorization, and documentation to manufacture these items. The Government does not possess the drawings or complete data packages. The Government is considering adding these NSNs to an existing Performance Based Logistics (PBL) Request for Proposal (RFP) for various supplies in support of A-10, B-1, B-2, E-3, F-15, KC-46, F-16, F-22, F-35, E-7, C-130, and Gas Turbine Engines for Ground Start Carts. This inclusion is contingent on the responses received to this Sources Sought. If no other qualified sources besides Honeywell respond, the Government may proceed with amending the existing PBL RFP to add these items to the effort. The proposed North American Industry Classification Systems (NAICS) code is 336413 which has a corresponding size standard of 1000 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 arrangements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. This notice is for information and planning purposes only and does not constitute an RFP or commitment by the Government. Requirement Details 2995-01-441-1056FW and 2995-01-526-8291: The Government requires a PBL solution for NSNs 2995-01-441-1056FW and 2995-01-526-8291. This will involve the repair and/or replacement of the covered items, inventory management, warehousing, configuration management, obsolescence management, training, and sustaining engineering/maintaining reliability. The contractor will be paid based on the aggregate flight hours, operating hours, or other appropriate measurements of usage of the specific weapon systems. The contractor will be required to deliver their supplies to Government wholesale and retail supply points both CONUS and OCONUS within specified time windows and at contractor expense. Information Requested: Interested parties are requested to provide the following information: Describe your experience executing performance-based logistics programs. Are you qualified to manufacture or repair NSNs listed here or their major subcomponents? If so, by whom are you qualified and for what components? What is your experience providing repairs for NSNs listed here or similar items? Is your interest in this effort as a prime or sub-contractor? Describe your facilities, transportation, manufacturing, and manpower capabilities and capacity, and inventory management relevant to these NSNs. How much transition time would your company require to perform on this requirement? What quality control measures do you currently have in place (ISO 9000, 9001, AS9100, NADCAP [National Aerospace and Defense Contractors Accreditation Program])? Describe your experience with Government Source Inspection, Critical Safety Items, and other OSHA standards. How many employees are in your company? What is your company annual revenue? Are you currently registered in the System for Award Management (SAM)? What suggestions, if any, do you have for this Performance Based Logistics contract (including evaluation criteria, CLIN structure, contract structure, or other topics) specifically as it relates to these NSNs ? Do you possess all the necessary technical data to perform for this Performance Based Logistics contract for these NSNs ? If not, please describe your ability to obtain the necessary data. Describe your experience in partnering with Government repair depots. Do you have electronic interface capability with military inventory control points? Do you have a Continuity of Operations Plan (COOP) in place that outlines the processes and actions to prepare for, and respond to, planned/unplanned supply chain challenges? Are you affected by any Foreign Influence, Ownership, or Control? What are your Cyber Security efforts to protect your own data and government data? Disclaimer: THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS SS OR TO OTHERWISE PAY FOR THE INFORMATION SOLICITED. This SS is issued for information and planning purposes only and does not constitute a solicitation. All information received in response to this SS that is marked Proprietary or competition sensitive will be handled accordingly. Responses to the SS will not be returned. The responses to this notice are not an offer and cannot be accepted by the Government to form a binding contract. The Government reserves the right to reject, in whole or in part, any contractor�s input resulting from this SS. Responders are solely responsible for all expenses associated with responding to this SS. The Government reserves the right to add these NSNs to an existing PBL RFP if responses to this Sources Sought warrant such action. If no qualified responses are received from sources other than the OEM, Honeywell International Inc., the Government may pursue a sole source action with Honeywell for these NSNs under the existing PBL RFP, if applicable. FOR OFFICIAL USE ONLY (FOUO): This electronic message and its attachment(s) contain restricted, sensitive, and non-public information, including acquisition/source selection information. The information is not intended for disclosure outside official government channels and is exempt from release under the Freedom of Information Act, 5 U.S.C. 552(b)(2) and (4). Further distribution is prohibited without the approval of the author of this message. If you have received this message in error, please notify the sender and delete all copies of this message. Additional guidance for contractors: This email does NOT create or modify any contractual obligation on the part of the Government. This e-mail is NOT authority to proceed or incur any costs.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/8eec4da9db56496ab4b0e9075c6fdfd9/view)
- Place of Performance
- Address: 0, UT, USA
- Country: USA
- Country: USA
- Record
- SN07654406-F 20251203/251201230036 (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 |