SOURCES SOUGHT
16 -- Forward Looking Infra-Red (FLIR) Sensor Assemblies
- Notice Date
- 9/6/2017
- Notice Type
- Sources Sought
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment 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
- FA810717R0003
- Archive Date
- 10/6/2017
- Point of Contact
- Robert Miller, Phone: 4057394323, Jennifer Lee, Phone: 4057392823
- E-Mail Address
-
robert.miller.16@us.af.mil, jennifer.lee.17@us.af.mil
(robert.miller.16@us.af.mil, jennifer.lee.17@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUEST FOR A SOLICITAION WILL NOT RECEIVE A RESPONSE. This Sources Sought Synopsis is in support of Market Research being conducted by the United States Air Force to identify potential sources and if this effort can be competitive or a Small Business Set-Aside. The proposed North American Industry Classification Systems (NAICS) Code is 336413 which has a corresponding Size Standard of 1000. 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. This Sources Sought is to notify companies that the U. S. Air Force is seeking sources for the replacement, repair and or overhaul of three Forward Looking Infra-Red Sensor Assemblies from Part Number 1395AA7001 (NSN 1280-01-398-3958) to Part Number 8426367 (NSN 1280-01-570-1501) applicable to the AN/AAQ-23 system used on the B-52H aircraft. The contractor shall be capable of furnishing all required labor, material, facilities and equipment to accomplish, repair/overhaul and or upgrade, test, packing, preservation and packaging, and return to the government in a completely serviceable condition at the unit prices established at the time of a contract award, the items of Air Force equipment listed below. Additionally, the source may be required to possess any necessary license agreements with the Original Equipment Manufacturer, (OEM) to obtain rights to all required data, including military specific modifications. The contractor may be responsible for recurring and nonrecurring engineering services associated with becoming a qualified source. Contractor may be responsible for supply chain management, logistics, forecasting of parts, long-lead parts procurement, reparable forecasting, obsolescence issues and delivery of serviceable assets. Technical Orders applicable to this sources sought synopsis are as follows: Technical Order DATE 11B94-3-3 15 August 2000 Please e-mail your response advising if the requirements stated above can be met to the following address: jennifer.lee.17@us.af.mil and robert.miller.16@us.af.mil As a small or large business, do you believe conditions exist for a small business set-aside in accordance with FAR 19.502-3(a) for any portion of the requirement described above? If yes, please indicate which portion of the requirement and the most appropriate NAICS code for each portion. Of the portion of work you identified as having the potential to be small business set-aside, are you most interested in performing as a prime contractor or subcontractor for the requirement described above and indicate whether you would qualify as a small or large business under the NAICS code you believe is most appropriate? If you are a small business, of the portion of work you identified as having the potential to be partially set-aside, are you capable of performing at least 50% of the work, in order to comply with FAR Clause 52.219-14, specifically 52.219-14(c)(1), "At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern." If you are a small business interested in performing a portion of the requirement as a set- aside, provide a brief summary of your company's experience and past performance within the past three years as a prime contractor as it relates to the magnitude of this anticipated requirement and/or the portion of the work you identified as having the potential to be partially set-aside. If a large business, relative to NAICS Code 336413, submit the reasonable expectation of subcontracting opportunities for small business concern(s) to provide materials, parts and/or services in support of your capabilities to meet the requirements to for the replacement, repair and or overhaul of three Forward Looking Infra-Red Sensor Assemblies from Part Number 1395AA7001 (NSN 1280-01-398-3958) to Part Number 8426367 (NSN 1280-01-570-1501) applicable to the AN/AAQ-23 system used on the B-52H aircraft. Do you have any other thoughts or suggestions on ways to increase small business participation in this requirement? 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. Interested parties should submit the following information also: - Company Name and Address - Telephone Number, fax number, and email address - Web Page URL - Cage Code - DUNs Number - Company business size by NAICS code - Provide technical competence specific to NAICS Code 336413 - Small Business Type(s), if applicable - Identify any categories under which you are qualified [e.g. 8(a), including graduation date; HUBZone-certified Small Business; Service-Disabled Veteran-Owned Small Business; Women-Owned Small Business; etc.] - State if your interest is to be the prime contractor or a subcontractor - Provide your System for Award Management (SAM) registered information: (name, address); Point of Contact for questions and/or clarification - Provide technical competence related to developing and testing avionics hardware and software integrations in a B-52 environment - Provide technical competence related to nuclear hardening and nuclear hardness testing of aircraft components and systems - Provide and estimated cost and schedule for each phase - Teaming Partners (if applicable) 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: jennifer.lee.17@us.af.mil and robert.miller.16@us.af.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA810717R0003/listing.html)
- Place of Performance
- Address: TBD, United States
- Record
- SN04663039-W 20170908/170906232129-ab5b7a3384e0645181e5e8156c19dff6 (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 |