Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 20, 2023 SAM #7724
SOURCES SOUGHT

F -- F-16 Advanced Data Transfer Cartridge

Notice Date
1/18/2023 9:06:29 AM
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
FA8212 AFSC PZABA HILL AFB UT 84056-5825 USA
 
ZIP Code
84056-5825
 
Solicitation Number
FD20202300176
 
Response Due
2/1/2023 3:00:00 PM
 
Point of Contact
RICHARD MAYNARD, Phone: 8017776504, Mark Clifton, Phone: 8017775033
 
E-Mail Address
RICHARD.MAYNARD.5@us.af.mil, mark.clifton.3@us.af.mil
(RICHARD.MAYNARD.5@us.af.mil, mark.clifton.3@us.af.mil)
 
Description
SOURCES SOUGHT SYNOPSIS: Solicitation Number: TBD Notice Type: Sources Sought Synopsis NOTICE: �This is not a solicitation but rather a Sources Sought Synopsis to determine potential sources for information and planning purposes only. ������ 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, and by identifying contracting and subcontracting opportunities.� While the main intent of this sources sought synopsis is to find potential sources for the sale of the item below, the Government is also interested in identifying venders interested in reverse-engineering this part. �� �The proposed North American Industry Classification System (NAICS) Code is 336413 which has a corresponding size standard of 1,250.� 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. Sole Source Authority: 10 U.S.C. 2304(c) (1), as implemented by FAR 6.302-1(a)(2)(ii) Justification: Supplies required are available from only one or a limited number of responsible sources and no other type of supplies will satisfy agency requirements.� The Government does not own the data or the rights to the data needed to purchase this part from additional sources. Specifications, plans, or drawings relating to the procurement described are incomplete or not available and cannot be furnished by the Government. Program Details: The Government anticipates the Purchase 105 units 14 months ARO FA approval, F-16 Advanced Data Transfer Cartridge, (PN A3765000000-31 SN: 7045-01-617-4668) See attached Manufacturing Qualification Statement (MQR), dated 28 November 2022. The purpose is to acquire several replacement F-16 Advanced Data Transfer Cartridges (ADTC). This acquisition is to buy form, fit, function, and interface equivalent F-16 Advanced Data Transfer Units built to General Electric Aviation (Design CAGE 86360, Acquisition CAGE 35351) drawing specification A3765000000-31. The Advanced Data Transfer Cartridges stores mission planning operational parameters to all the F-16 mission avionics including radio frequencies, navigation way points, stores loaded, etc The ADTC must function within the F-16 avionics muxbuss operations which transmits/receives commands from the other F-16 avionics. No commercial equivalent exists for this item. The Original Equipment Manufacturer (OEM), General Electric Aviation, is uniquely capable of performing this manufacture as they are the only company with access to the full set of design/manufacturing data and requisite data rights. Other vendors do not have the General Electric Aviation proprietary data to build and test new ADTC. Also, the US Government does not have the rights to give the data to other potential manufacturers. Information Sought: The respondent must be able to demonstrate the ability to obtain or create the resources necessary to provide the F-16 Advanced Data Transfer Cartridge.� Interested companies should respond to this announcement as soon as possible. Companies should provide a summary of their capabilities and their expected ability to meet the requirements.� Responses should include: a. Name and address of the contractor b. Point of contact including name, title, phone and e-mail address c. Cage Code, size of the contractor, average annual revenue for the past three years and the number of employees d. Description of similar activities offered by the contractor that currently meet, or with modifications, might meet the above listed requirements e. Indication of an understanding of safety requirements f. Whether the business is currently classified as a Large, Small, Small Disadvantaged, 8(a) and/or Woman Owned Company, Hub Zone Small business, veteran owned small business, or R-service disabled veteran owned small business. Potential Offeror Capabilities: Provide the Government with responses for the following items: Are you currently registered in the System for Award Management (SAM)? (Yes/No) What is your experience in providing capability to accomplish the requirements listed above? Include contract numbers, a brief description of the work performed, and period of performance, agency/organization support, and individual points of contact (Contracting Officers or Program Managers). What is a realistic production timeline for a First Article and the production articles? What is a realistic monthly production rate? What are the top risks you see in accomplishing this effort? Are there any other relevant topics, concerns, and information that will help the Government in forming an acquisition strategy? Response Procedures: The Government is looking for contractors interested in satisfying this requirement at the prime contractor level.� Any contractors responding to this Sources Sought Synopsis who are interested in subcontracting opportunities should note as such in their response.� Companies responding to this market research are advised their response does not ensure participation in future solicitations or contract awards.� The Government will not reimburse any company or individual for any expense associated with preparation or participation in this research. Your response should be no more than 15 pages. In addition, identify a representative to support further Government inquiries and requests for clarifications of the information provided.�� Respondents should indicate which portions of their response are proprietary and should mark them accordingly. Where to Submit Submissions should be sent via e-mail at RICHARD.MAYNARD.5@US.AF.MIL. E-mail submissions may include files in Microsoft Word format or Adobe Acrobat (*.pdf) format. When to Submit Submissions must be received not later than 02/01/2023. Responses must provide clear and concise documentation indicating a prospective source�s bona fide capability, and expertise of the item. Responses to this notice will be used as part of the market research that will be used to develop the acquisition strategy to satisfy this potential requirement. Respondents are solely responsible for all expenses associated with responding to this sources sought. No reimbursement will be made for any costs associated with providing information in response to this notice or any follow-up information requested. Any information submitted by respondents to this notice is strictly voluntary. Also, in order to protect the procurement integrity of any future procurement that may arise from this announcement, information regarding the technical point of contact will not be given and no appointments for presentations will be made. Notice Regarding Proprietary Information: All submitted materials will be designated for Government Use Only.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/3ebe5836737f497282558384a6b141bc/view)
 
Record
SN06567258-F 20230120/230118230110 (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 |
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.