SOURCES SOUGHT
28 -- F110 Motional Transducer NSN 6695-01-363-3131PR - Draft SOW
- Notice Date
- 12/22/2017
- Notice Type
- Sources Sought
- NAICS
- 336412
— Aircraft Engine and Engine Parts 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
- FD2030-18-00567
- Archive Date
- 2/6/2018
- Point of Contact
- Kalie R. Lucas, Phone: 4057344634
- E-Mail Address
-
kalie.lucas@us.af.mil
(kalie.lucas@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Statement of Work F110 Motional Transducer NSN 6695-01-363-3131PR 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 manufacturing sources 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 421St 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 manufacture of the NSN(s) listed below. The government does not have the associated technical data to provide to potential sources. No Qualification requirements exist and No Source Approval Request (SAR) package can be submitted. Consequently, potential sources for this effort are companies who must seek the design approval from the Original Equipment Manufacturer. The design approval will be designated by the OEM adding the part number to the existing technical data. The company must have manufactured the Subject items within the past 36 months for the Original Equipment Manufacturer or Department of Defense and intends to produce Subject item to the Subject technical data. The proposed North American Industry Classification Systems (NAICS) Code is 336412, which has a corresponding Size Standard of 1,500 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, 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 to accomplish manufacture, test, preservation and packaging, and return to the government a completely serviceable unit. 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 manufacturing data (including disassembly, repair, test and an illustrated parts breakdown including part numbers) or an OEM licensee agreement certifying your business is approved by the OEM to manufacture this equipment. The specific requirement for this effort is found in the table below. The item is a Motional Transducer for the F110-100/129 engine. Part Number NSN Estimated Requirement AMC/AMSC 1369M58P02 6695-01-363-3031PR 389 ea 3B PURCHASE REQUEST NUMBER FD2030-18-00567 The work specified in this SSS does not have any associated technical data available for distribution. Potential sources for this effort shall be companies who have a current license or agreement with the OEM to complete the work described in this SSS. Companies interested in performing the work specified, and have met the requirements stated above, should submit this information (i.e. license or agreement information) to the requirements workflow at the following address. Please include the PR number in the subject line of the request to ensure the action is routed to the responsible organization. Please e-mail your response advising if the requirements stated above can be met to the following address: 421SCMS.Requirements@us.af.mil. 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. 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: Based on the above NAICS Code, state whether your company is: Small Business(Yes / No) Woman Owned Small Business(Yes / No) Small Disadvantaged Business(Yes / No) 8(a) Certified(Yes / No) HUBZone Certified(Yes / No) Veteran Owned Small Business(Yes / No) Service Disabled Veteran Small Business(Yes / No) 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). 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. Submit information to 421SCMS.Requirements@us.af.mil, include phone number, and must be received no later than close of business (due date: 22 Jan 2018).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FD2030-18-00567/listing.html)
- Place of Performance
- Address: Tinker AFB, Tinker AFB, Oklahoma, 73145, United States
- Zip Code: 73145
- Zip Code: 73145
- Record
- SN04775561-W 20171224/171222231044-cf8258f03993668d35a459f10e59ce56 (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 |