Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 18, 2023 SAM #7753
SOURCES SOUGHT

16 -- Noun_RECEPTACLE ASSEMBLY_Application_F15_NSN_1680011417358RK_Part_Number_2752021-102

Notice Date
2/16/2023 6:04:19 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
FD20302300275
 
Response Due
2/24/2023 1:00:00 PM
 
Point of Contact
DLA AVIATION/AOB
 
E-Mail Address
dlaaviation.aob.sourcessought@us.af.mil
(dlaaviation.aob.sourcessought@us.af.mil)
 
Description
Spares Procurement of RECEPTACLE ASSEMBLY Platform: F015 NSN: 1680011417358RK PN: 09790/2752021-102 Notice ID (PR#) FD20302300275 Dept of Defense Dept of the Air Force AFMC Air Force Sustainment Command 423 SCMS/GUMD North American Industry Classification System (NAICS) Code:� 336413 (Other Aircraft Parts and Auxiliary Equipment Manufacturing) SBA Size Standard:� 1,250 employees Requirement Information:� New Manufacture of B002 Valve Butterfly Place of Performance: Tinker AFB, OK 73145 USA Contact Information: DLA Aviation at OKC/DLR ProcurementOperations DLA AVIATION/AOB Sources Sought: dlaaviation.aob.sourcessought@us.af.mil INTERESTED SOURCES MUST SELECT �ADD ME TO INTERESTED VENDORS� BUTTON ABOVE OR BELOW TO BE CONSIDERED PARTICIPANTS IN THIS MARKET RESEARCH EFFORT. 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 (USAF).� This market research is being conducted to increase competition for this requirement by identifying potential sources and to gauge small business interest to determine whether or not this requirement can be satisfied with a Small Business Set-Aside. The Government will use the information gathered through publication of this SSS to determine the best acquisition strategy for this requirement.� The Government is interested in all potential sources including Small Businesses, Small Disadvantaged Businesses, 8(a) businesses, Service-Disabled Veteran-Owned Small Businesses, HUBZone Small Businesses, Women-Owned Small Businesses, etc. The 423 SCMS/GUMD 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 Spares Procurement of the NSN listed above/below. Requirements: Potential sources shall be capable of furnishing all labor, materials, facilities and equipment required to accomplish the new manufacture of the item(s) listed below.� Generally, this entails the procurement/manufacture of component parts, inspection, testing, preservation/packaging, and shipping.� Additionally, potential sources may be responsible for supply chain management, logistics planning, forecasting production requirements, long-lead time parts procurement, diminishing manufacturing sources and material shortage issues, and shipping serviceable assets.� The unit prices will be established at the time of a contract award for the item(s) listed below. Potential sources may be responsible for nonrecurring engineering costs associated with becoming an approved source. Estimated Solicitation Information: Estimated Solicitation Date:� February 2023 Estimated Solicitation Closing/Response Date:� March 2023 PR#:� FD20302300275 Item Information: Nomenclature/Noun:� RECEPTACLE ASSEMBLY National Stock Number (NSN):� 1680011417358RK Part Number (P/N):� 790/2752021-102 Application:� F015 AMC/AMSC:�� 3/r Production Information: P/N������������������������������ ����������� ���������NSN�������������� ���������������������� Noun������������������ Estimated Requirement 790/2752021-102 1680011417358�� Valve Butterfly������� EA - 14 NOTE: The OC-ALC Source Approval Information Booklet, as referenced by the Qualification Requirements (QRs), provides information regarding the purchase of drawings. Potential sources wishing to be qualified to perform the requirement specified above are REQUIRED to complete a Source Approval Request (SAR) package as specified in the QRs for this item. QRs and Engineering Data List (EDL), if applicable, are attached to this notice. The QR attached to this document is for reference only. The official synopsis of the QRs for this item can be found by searching https://sam.gov for the keyword MQR-PSD-1. Changes to the item list or QRs will be published to the official solicitation, not this notice. Government provided data is annotated on the EDL attached to this posting. Absence of an EDL indicates the Government cannot provide technical data and that potential sources are required to independently acquire the necessary technical data to satisfy this requirement. If drawings are listed on EDL, requests for Engineering Drawings in response to SSS posting should be submitted using an EXCEL spreadsheet and send to: Tinker Engineering Drawings Public Sales Desk Email: ocalc.lgldo.public@us.af.mil Phone: 405-736-4676, or DSN: 336-4676 SOURCE APPROVAL For Questions regarding the Tinker SAR Process or related issues, these inquiries should be submitted to the AFSC Small Business Office at: AFSC/SB 3001 Staff Drive, Suite 1AG 85A Tinker AFB, OK 73145-3009 Email: afsc.sb.workflow@us.af.mil Website: https://www.afsc.af.mil/units/sbo/index.asp The actual SAR Package submission itself shall be submitted electronically through DoD SAFE https://safe.apps.mil/. DoD SAFE is a safe and secure option for large file submissions. If you have a PKI Certificate, theSAR can be sent directly to the POC email addresses below via DoD SAFE. If you do not have a PKI Certificate,then you must send a standard email message to the POC email addresses below, and ask that they �Request aDrop-Off� to your email address via DoD SAFE, which will enable you to be able to Upload the SAR Submission Package documents to DoD SAFE. 429SCMS.SASPO.Workflow@us.af.mil and stacy.cochran@us.af.mil. Disclaimer: This SSS is issued solely for informational and planning purposes.� It does not constitute a solicitation (Request for Information, Request for Proposal, or Request for Quotation) or a promise to issue a solicitation in the future. The information in this notice is based on current information as of the publication date.� The information in this notice is subject to change and is not binding to the Government.� If changes are made, updated information will be provided in future notices and will be posted on the Federal Business Opportunities website at https://sam.gov. �Responses to this SSS may or may not be returned.� Contractors not responding to this SSS will not be precluded from participation in any future solicitation. Estimated Solicitation Information The government requests that interested parties respond to this notice if applicable and provide the requested information in Part I below. Part I. Business Information Please provide the following business information for your company/institution and for any teaming or joint venture partners: � Company/Institute Name: � Address: � Point of Contact: � CAGE Code: � Phone Number: � E-mail Address: � Web Page URL: � Size of business pursuant to North American Industry Classification System (NAICS) Code: � 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) � Unique Entity ID (UEI) � A statement as to whether your company is domestically or foreign owned (if foreign, please indicate thecountry of ownership). As stated above, this SSS is issued solely for informational and planning purposes, and no funds are available tofund 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 are not acceptable for any requested information. Please submit responses by: Note: Potential sources should only submit questions regarding this post to the above email address. DO NOT CONTACT THE ORIGINATOR OF THIS POST WITH QUESTIONS. INTERESTED SOURCES MUST SELECT �ADD ME TO INTERESTED VENDORS� BUTTON ABOVE OR BELOW TO BE CONSIDERED PARTICIPANTS IN THIS MARKET RESEARCH EFFORT.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/4be62285497845a7907bef1e125f4dac/view)
 
Record
SN06594600-F 20230218/230216230120 (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.