SOURCES SOUGHT
99 -- F100 FMS Regional Depot Network
- Notice Date
- 10/25/2022 12:19:06 PM
- Notice Type
- Sources Sought
- NAICS
- 336412
— Aircraft Engine and Engine Parts Manufacturing
- Contracting Office
- DLA AVIATION RICHMOND VA 23237 USA
- ZIP Code
- 23237
- Solicitation Number
- F100_FMS_RDN
- Response Due
- 11/13/2022 11:00:00 AM
- Point of Contact
- Kristine Bruhwiler, Phone: (405)650-7796, Heath Tinnin, Phone: 405-464-6433
- E-Mail Address
-
kristine.bruhwiler@us.af.mil, heath.tinnin@us.af.mil
(kristine.bruhwiler@us.af.mil, heath.tinnin@us.af.mil)
- Description
- THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUESTS FOR A SOLICIATATION WILL NOT RECEIVE A REAPONSE.� This Sources Sought (SS) 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 sole source.� 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 Lifecycle Propulsion Sustainment for International Business section 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 on Attachment 1.� The government has the associated technical data to provide to potential sources (Attachment 1).� Qualification requirements exist and can be reviewed on Attachment 3.� A Source Approval Request (SAR) package for each module must be submitted to the Oklahoma City Small Business Office for approval determination.� The company must have manufactured the Subject or Similar item within the past 36 months in accordance with available 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), 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 manufacture/repair, test, preserve, package and return to the customer a completely serviceable unit.� Contractor will be responsible for F100 fleet management, supply chain management, logistics, forecasting of parts, long-lead parts procurement, reparable forecasting, obsolescence issues and delivery of serviceable assets.� The specific requirements fort this effort is listed below. All F100-PW-220/-220E/-229/-229EEP Engine Modules to include the Inlet Fan, Core, Fan Drive Turbine, High Pressure Turbine, and Gearbox.� This will include supportability for associated configurations that typically requires access to proprietary rights for internal components and application methods. The required national stock numbers (NSN) are listed on Attachment 1.� Regional Depot Network: The Contractor/Institution must provide a proposal of integrated services for orchestrating module remanufacturing in the European theater for increased capacity that strategically aligns with diverse customer requirements, including a United States Air Force contingency utilization option. The Government anticipates utilizing a seven-year contract (three-year basic with two two-year options). Annual forecasted requirements listed on Attachment 2. Companies interested in performing the work specified should submit a statement to the below e-mail address.� Please include the title �F100-PW-220/-220E/-229/-229EEP Engine Modules� in the subject line of the request to ensure the action is routed to the responsible organization.� Please e-mail your response by the closing date of 11/13/22 advising if the requirements stated above can be met to the following address:� Heath.tinnin@us.af.mil or Nicole.Byrd@dla.mil.� This SS is issued solely for the informational and planning purposes.� No funds are available to fund the information requested.� The information in this notice id 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: Company Name and Address: Cage Code: DUNs Number: Company business size by NAIC code: Small Business Type(s), if applicable: Point of Contact for questions and/or clarification: Telephone Number, Fax Number, and Email Address: Web Page URL: Teaming Partners (if applicable): OEM License/Agreement/Manual: Provide any recommendations and/or concerns:
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/1e1524f75e63417abc5df993ee28438a/view)
- Record
- SN06502565-F 20221027/221025230102 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |