Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 22, 2017 FBO #5782
SOURCES SOUGHT

66 -- KC135R Electrical Housing NSN 6150-01-161-7564HS (PN: 737944B

Notice Date
9/20/2017
 
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
FA8117170025
 
Archive Date
11/5/2018
 
Point of Contact
Melony F Adamski, Phone: 4057393464
 
E-Mail Address
melony.adamski.1@us.af.mil
(melony.adamski.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
KC135R Electrical Housing NSN 6150-01-161-7564HS (PN: 737944B) PURPOSE/DESCRIPTION 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 to identify potential repair sources for the requirements identified below and to determine if this effort 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 422nd 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 repair of the NSN listed below. The Government will use this information to determine the best future acquisition strategy for this procurement. The government does not have the associated technical data to provide to potential sources. Pre-qualification requirements have not been decided upon at this time, but successful experience with non-structural repairs on cast magnesium (ZE41A) will be considered a positive. The proposed North American Industry Classification Systems (NAICS) Code is 336413, which has a corresponding Size Standard of 1,250 employees. The Government is interested in all businesses to include, Large Business, Small Business, Small Disadvantaged Businesses 8(a)s, Service-Disabled Veteran-Owned Small Businesses, Hub-zone Businesses, and Women-Owned Small Businesses. Please respond to this notice if interested. At this time there is not a questionnaire. Please include in your response if you are a Large Business, Small Business, Small Disadvantaged Businesses 8(a)s, Service-Disabled Veteran-Owned Small Businesses, Hub-zone Businesses, or a Women-Owned Small Businesses. If you are an interested party, the Government requests you respond to this notice and provide the requested information in Survey Parts I and II below "Requirements". REQUIREMENTS The contractor shall be capable of furnishing all required labor, material, facilities, tooling, and equipment to accomplish inspection, repair, test, preservation and packaging, and return to the government a completely serviceable unit and provide quality reports and bond plugs at customer request. Contractor will be responsible for supply chain management, logistics, forecasting of parts, long-lead parts procurement, reparable forecasting, obsolescence issues, compliance to applicable Technical Orders, and delivery of serviceable assets. The Government anticipates a Basic year with four, one year options (total of 5 years possible). Quantities not yet determined. The repair requirement for this effort is identified below. Part Number NSN Nomenclature Estimated Quantity 737944B 6150-01-161-7564HS Housing, Electrical Undetermined at this time SURVEY Part I. Business Information 1. 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: 336413 •· Based on the above NAICS Code, state whether your company is: •o Small Business (Yes / No) •o Woman Owned Small Business (Yes / No) •o Small Disadvantaged Business (Yes / No) •o 8(a) Certified (Yes / No) •o HUBZone Certified (Yes / No) •o Veteran Owned Small Business (Yes / No) •o Service Disabled Veteran Small Business (Yes / No) •o Central Contractor Registration (CCR). (Yes / No) •· A statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership). 2. Is your company interested in possible subcontracting opportunities? If so please describe in detail what part or parts of this requirement that your company capable or interested in performing. Part II. Capability Survey Questions •1. Describe briefly the capabilities of your facility and the nature of the goods and/or services you provide. Include a description of your staff composition and management structure. •2. Describe your company's past experience on previous projects similar in complexity to this requirement. Include contract numbers, a brief description of the work performed, period of performance, agency/organization supported, and individual point of contact (Contracting Officer or Program Manager). •3. What quality assurance processes and test qualification practices does your company employ? Please provide a description of your quality program (ISO 9001, AS9100, etc.) •4. Describe your company's capabilities and experience in generating technical data, engineering drawings and manuals. Identify what software programs are utilized to generate these data products and what formats are available for delivered items. •5. Describe your company's capability to obtain or manufacture necessary cold spray tooling. Also, provide information on your type of cold spray process. •6. What is your company's current maximum production capacity per month? Provide information on any facility reserves you may possess to increase production capacity in the event of an immediate need do to critical operational mission requirements. •7. Include a detailed listing of facilities and equipment, including quantities, required to satisfy the requirements of this effort. Provide an outline of the repair process, including inspections. •8. Describe your configuration management processes and how you identify and resolve parts obsolescence and diminishing manufacturing sources problems? •9. Describe your process for maintaining inventory records and reporting on hand/in work balances and repair status to your customer. •10. Describe your standard warranty and return process for goods and services furnished to the government for items similar in nature to this requirement. •11. Are there established catalog or market prices for our requirement? If you offer this product and/or service to both U.S. Government and commercial sources, is the same workforce used for both the U.S. Government and general public? Is our requirement offered to both under similar terms and conditions? Briefly describe any differences. GOVERNMENT CONTACTS After completing the above information, submit to: melony.adamski.1@us.af.mil. Oral submissions will not be accepted. As stated above, this sources sought notice is issued for informational and planning purposes. No funds are available to fund the requested information. The information in this notice is current as of the publication date, but is not binding to the Government and is subject to change. Requested Information must be received no later than close of business 30 days after publication date.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA8117170025/listing.html)
 
Record
SN04687286-W 20170922/170920232646-89c58f064d8e02603f6b3819051829fa (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.