Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 05, 2016 FBO #5369
SOURCES SOUGHT

16 -- F-4 Linear Actuator Piston Repair - Sources Sought

Notice Date
8/3/2016
 
Notice Type
Sources Sought
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC / AFSC / AFNWC - HILL AFB, ., Hill AFB, Utah, 84056, United States
 
ZIP Code
84056
 
Solicitation Number
FA8251-16-Q-0752
 
Archive Date
9/2/2016
 
Point of Contact
Michelle C. Love, Phone: 8017756455, Ryan Walker, Phone: 8017756535
 
E-Mail Address
michelle.love.1@us.af.mil, ryan.walker3@us.af.mil
(michelle.love.1@us.af.mil, ryan.walker3@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought. SOURCES SOUGHT SYNOPSIS: F-4 Linear Actuator Piston Repair Sources Sought Solicitation Number: FA8251-16-Q-0752 Notice Type: Sources Sought 416 SCMS/GUMBA - Issue Date 4 August 2016 - Closing Date 18 August 2016(14 day period) SYNOPSIS: 1. NOTICE: This is not a solicitation but rather a Sources Sought Synopsis to determine potential sources for information and planning purposes only. 1.1 The purpose of this Sources Sought is to conduct market research to determine if responsible sources exist, to assist in determining if this effort can be competitive and/or a total Small Business Set-Aside. The proposed North American Industry Classification Systems (NAICS) Code is 811219 which has a corresponding Size standard of $20.5M. 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 agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. 2. Program Details: 2.1: The Government is issuing this sources-sought announcement as part of a market survey for repair sources for Linear actuator piston NSN 1650-00-070-6007BF P/N 7926408-1 CAGE 98747 or part number 22939 CAGE 79294. 2.2 Response to this Notice shall consist of a short (3 pages or less per item) initial White Paper describing how the offeror would have the capability to trouble shoot, test and repair this items. USAF drawing 7926408 is an altered item drawing that changes the coating or plating on portions of the piston. This drawing was create in 1979 as a cost savings measure. It is not necessary to coat the piston IAW 7926408. Drawing 22939 gives all the particulars or the manufacturing of the piston and should be used when restoring the piston to new condition through the repair process. The repair shop can do either the chrome plating called out in drawing 22939 or the carbide tungsten coating called out in 7926408. 2.3 The respondent must be able to demonstrate the ability to obtain or create those resources necessary to perform trouble shooting, repair and testing of the linear actuator piston in a timely fashion. Interested organizations who feel they possess the necessary capabilities should respond by providing the Government the following information; point of contact, address, telephone and fax numbers, email address, duns number, cage code and or tax ID number, as well as size category (large, small, small disadvantaged, etc) a brief summary of the company's capabilities, description of facilities, personnel, related manufacturing experience, and existing safety approvals. Also provide any supporting information such as commercial literature, catalogues, manuals, etc. If a respondent chooses to utilize the services of sub-tier vendors or subcontractors, those vendors or subcontractors must meet these criteria. 2.4 This effort shall progress according to the following schedule. White Papers responses to this Notice are due on or before 18 August 2016. White papers will be reviewed and the offerors notified of acceptability within 30 days after the Notice deadline. 2.5 This sources sought synopsis does not constitute an Invitation for Bids (IFB), a Request for Quote (RFQ), or a Request for Proposal (RFP) and it should not be construed as a commitment of any kind by the government to issue a formal solicitation or ultimately award a contract. The U.S. Government is in no way liable to pay for or reimburse any companies or entities that respond to this announcement. Any costs incurred by interested companies in response to this announcement will NOT be reimbursed. 2.6 All information marked as proprietary information will be safeguarded to prevent disclosures to non-government personnel and entities. Your interest in this response is appreciated. 2.7 Interested vendors should provide information regarding this announcement to Contract Specialist, Michelle Love, michelle.love.1@us.af.mil, 801-775-6455, or Contracting Officer Ryan P. Walker, ryan.walker.3@us.af.mil, 801-775-6535. Technical questions regarding this announcement may be directed to Mr. Alva Maynor, 416 SCMS/GUEAB, Hill AFB, UT, (801)777-6318, alva.maynor@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FA8251-16-Q-0752/listing.html)
 
Place of Performance
Address: Hill AFB, Utah, 84056, United States
Zip Code: 84056
 
Record
SN04207103-W 20160805/160803234628-e421f4732dc1501db0b83783c07e364b (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 |
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.