SOURCES SOUGHT
16 -- KC-135 Warning Horn Replacement - Table 1
- Notice Date
- 9/20/2011
- Notice Type
- Sources Sought
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, Tinker OC-ALC - (Central Contracting), 3001 Staff Drive, Ste 1AG76A, Tinker AFB, Oklahoma, 73145-3015
- ZIP Code
- 73145-3015
- Solicitation Number
- KC-135_Warning_Horn_Kit
- Archive Date
- 11/30/2011
- Point of Contact
- Mark A. Davidson, Phone: 405-739-2572, Jennifer L. Russ, Phone: 405-739-4135
- E-Mail Address
-
Mark.davidson@tinker.af.mil, jennifer.russ@tinker.af.mil
(Mark.davidson@tinker.af.mil, jennifer.russ@tinker.af.mil)
- Small Business Set-Aside
- N/A
- Description
- RFI - Table 1 REQUEST FOR INFORMATION (RFI) KC-135 R/T Warning Horn Replacement PURPOSE: This is a Request for Information (RFI) for market research purposes issued by the KC-135 Contracting Branch, OC-ALC/GKCK at Tinker Air Force Base (TAFB). The United States Air Force (USAF) is seeking information regarding the procurement of a Warning Horn Kit that meets certification requirements for the KC-135 R/T fleet. DESCRIPTION: The current Warning Horn System does not meet the KC-135 explosive atmosphere requirements. Replacement of the existing Warning Horn System with a new system that meets certification requirements eliminates the parts obsolescence issues with the existing system and adds a safety element of explosive atmosphere compliance. OC-ALC/GKCK is requesting information pertaining to the cost and availability of the items as described in Table 1, within the attached. All items described by NSN #, Part # and the associated quantities in Table 1 represent one (1) Warning Horn Kit. It has been previously determined that the items listed in Table 1 (attached) meet certification requirements. It is anticipated that the current requirement will be for 416 Warning Horn kits. THIS IS A REQUEST FOR INFORMATION ONLY: This RFI is issued solely for informational and planning purposes. It does not constitute a solicitation (Request for Proposal or Request for Quotations) or a promise to issue a solicitation in the future. As stipulated in FAR 15.201(e), responses to this notice are not considered offers, shall not be used as a proposal, and cannot be accepted by the Government to form a binding contract. This RFI does not commit the Government to contract for any supply or service whatsoever. Furthermore, we are not seeking proposals at this time. Responders are advised that the Government will not pay for any information or administrative costs incurred in response to this RFI. All costs associated with responding to this RFI will be solely at the responding party's expense. The Government requests that non-proprietary information be submitted in response to this RFI. However, should proprietary information be submitted, it should be marked "PROPRIETARY", and will be handled accordingly. The Government shall not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Proprietary information or trade secrets should be clearly identified. RESPONSE: Responses shall address: 1. Cost information for kits (described in Table 1 within the attached) * All items in Table 1 = One (1) Kit* 2. Delivery schedule/product availability of 416 kits Interested firms should also include the following in their response: - Company Name and address - CAGE Codes (if available) - Point of Contact - Size of Business (i.e. Large/Small business, Small Disadvantaged Business, 8(a) concerns, Minority-owned business) - U.S. or Foreign Owned Entity THOSE THAT WISH TO RESPOND SHALL PROVIDE AN ELECTRONIC COPY OF RESPONSE, ALONG WITH SUPPORTING DOCUMENTATION, TO THE POINT OF CONTACT BELOW NO LATER THAN OCTOBER 7, 2011. THOSE THAT ALSO ELECT TO SEND WRITTEN RESPONSE, IN ADDITION TO THE ELECTRONIC COPY, SHALL PROVIDE SAID DOCUMENT FORMATTED ON 8.5 x 11 WITH 12 POINT FONT. Submit response (along with any supporting documentation) directly to: Primary Point of Contact: Mark A. Davidson Contract Negotiator KC-135 Contracting Branch OC-ALC/GKCK Email:Mark.davidson@tinker.af.mil Phone: 405-739-2572 /DSN 339-2572 Secondary Point of Contact: Jennifer Russ Procurement Contracting Officer KC-135 Contracting Branch OC-ALC/GKCK Email: Jennifer.Russ@tinker.af.mil Phone: 405-739-4135 /DSN 339-4135
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/KC-135_Warning_Horn_Kit/listing.html)
- Record
- SN02584803-W 20110922/110921000154-af491d5df28af56368ef6876f85246d5 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |