SOURCES SOUGHT
J -- Honeywell Enterprise Repair Strategy for the Enterprise Tinker Commodity Council - REPAIR AND OVERHAUL ITEMS
- Notice Date
- 1/28/2015
- Notice Type
- Sources Sought
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, PK/PZ Tinker AFB, 3001 Staff Drive, Ste 1AG76A, Tinker AFB, Oklahoma, 73145-3015, United States
- ZIP Code
- 73145-3015
- Solicitation Number
- FA8109-15-R-1001
- Archive Date
- 3/14/2015
- Point of Contact
- Bruce B. Giddings, Phone: 4057362727
- E-Mail Address
-
bruce.giddings@tinker.af.mil
(bruce.giddings@tinker.af.mil)
- Small Business Set-Aside
- N/A
- Description
- REPAIR AND OVERHAUL ITEMS THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUESTS FOR A SOLICIATION WILL NOT RECEIVE A RESPONSE. This Sources Sought Synopsis (SSS) is in support of Market Research being conducted by the United States Air Force to identify potential repair, overhaul or sustaining engineering services sources and to determine if these efforts can be competitive or a Small Business Set-Aside. This is not a Request for Proposal (or solicitation) or an indication that a contractual commitment will exist for this requirement. The government does not intend to award a contract on the basis of this market research. No funds are available to fund the information solicited. The Enterprise Tinker Commodity Council 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 repair, overhaul or sustaining engineering services for the National Stock Numbers (NSNs) listed in the attachment. The Government will use this information to determine the best future acquisition strategy for this procurement, inclusive of the need to do an Industry Day and/or Presolicitation Conference. The repair and overhaul data and acceptance test criteria needed to accomplish these repair and overhaul services are not presently available to the Government. In the few instances where they exist, qualification requirements (QR) are identified in the attachment. Consequently, potential sources for this effort typically would be companies who have a license or agreement with the Original Equipment Manufacturer (OEM), Honeywell, Cage 02LU7, to complete the work described, including military specific modifications. The proposed North American Industry Classification Systems (NAICS) Code is 334511 which has a corresponding Size Standard of 750 employees. Repair, overhaul or sustaining engineering services of the NSNs listed in the attachment have been purchased under other NAICS Codes to include, 334513, (Size Standard of 500 employees), 336413, (Size Standard of 1000 employees), and 811219 (Size Standard of $20.5M). The Government is interested in all businesses to include, Large Businesses, Small Businesses, Small Disadvantaged Businesses 8(a)s, Service-Disabled Veteran-Owned Small Businesses, Hubzone Businesses, and Women-Owned Small Businesses. 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. The contractor shall be capable of furnishing all required labor, material, facilities and equipment necessary to restore the items to a serviceable condition when performing repairs and to restore the items to like-new condition when overhaul is required. The contractor shall be capable of furnishing engineering support for the NSNs listed in the attachment to resolve shortfalls and deficiencies concerning safety, supportability, reliability, availability, and maintainability. The contractor will be responsible for supply chain management, logistics, forecasting of parts, long-lead parts procurement, reparable forecasting, obsolescence issues and delivery of serviceable assets. The government requests that interested parties respond to this notice in writing including details of your ability to either provide a copy of the OEM's repair manual (including disassembly, repair, test, and an illustrated parts breakdown including part numbers) or an OEM license agreement certifying your business is approved by the OEM to repair the NSNs listed in the attachment. The specific requirements are listed in the attachment. The items included in this effort are Expendability, Recoverability, Reparability Category (ERRC) Code T (Reparable), consisting of valves, pumps, controls, heat exchangers, gear boxes, regulators, coolers, circuit cards, turbines, power supplies, receivers and sensors. The weapons systems supported by these NSNs are the A10, B1, B52, C5, C130, E3, F15, F16, H1, KC135, andT38. Please email your response advising if the requirements stated above can be met to the following address bruce.giddings@us.af.mil. Please note: emails containing file types such as:.zip,.xlsx,.docx, or other macro-enabled extensions, may not be delivered to the intended recipient. This SSS is issued solely for informational and planning purposes. No funds are available to fund 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 of information are not acceptable. Submit the following information also: - Company Name and Address - CAGE Code - DUNS Number - Company business size by NAIC code - Small Business Type(s), if applicable - Point of Contact, questions and/or clarification - Telephone number, fax number, and email adder: - Electronic mail address - Teaming Partners (if applicable) - OEM license/Agreement/Manual Provide any recommendations and/or concerns. Responses and/or questions to this synopsis will be posted through FBO. Respond (along with the requested information directly to bruce.giddings@us.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA8109-15-R-1001/listing.html)
- Record
- SN03626662-W 20150130/150128234855-db5b8cebea8205be6aa2909e27c93cbf (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 |