Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 06, 2024 SAM #8380
SOURCES SOUGHT

99 -- Bleed Air Environmental Control System Engineering and Technical Support

Notice Date
11/4/2024 12:40:26 PM
 
Notice Type
Sources Sought
 
Contracting Office
FA8504 AFLCMC WLNKA ROBINS AFB GA 31098-1670 USA
 
ZIP Code
31098-1670
 
Solicitation Number
BAECSEngineeringandTechnicalSupport
 
Response Due
11/20/2024 12:30:00 PM
 
Archive Date
12/05/2024
 
Point of Contact
Bruce Gaynor, Shaquita Harris
 
E-Mail Address
bruce.gaynor.1.ctr@us.af.mil, shaquita.harris@us.af.mil
(bruce.gaynor.1.ctr@us.af.mil, shaquita.harris@us.af.mil)
 
Description
Description: C-130 Bleed Air Environmental Control System Technical Assistant Support The Air Force Life Cycle Management Center (AFLCMC), C-130 Logistics and Support and Sustainment Branch, WLNA is seeking sources to provide engineering and technical assistance support to facilitate repairs of Bleed Air Environmental Control System (BAECS) components in support of depot maintenance activation located at Oklahoma City Air Logistics Center (OC-ALC), Tinker AFB, OK. The REQUEST FOR INFORMATION (RFI) is being issued to help determine the availability of qualified companies, technically of meeting the Government requirement. THIS IS NOT A REQUEST FOR PROPOSAL (RFP), NOR IS IT A REQUEST FOR QUOTATION (RFQ). It is not to be construed as a commitment by the requesting party to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals nor quotes. This RFI will not result in a contract award. The Government will NOT be responsible for any costs incurred by interested parties in responding to this RFI. This FedBizOps sources sought notice is strictly for market research. Acknowledgment of receipt of response will not be made, nor will respondents be notified of Government's evaluation of the information received. As a result of this RFI, the Government may issue an RFP; however, should such requirements materialize, no basis for claims against the Government shall arise resulting from any response to the RFI (e.g., use of such information as either part of its evaluation process or in developing specifications for any subsequent requirement). All respondents are requested to identify their firm's size and type of business (e.g., large business, small business, service disabled, HUB zone, 8(a), etc.) The North American Industry Classification System (NAICS) code is 541330, size standard $47M. The source should be capable of: 1. Providing engineering and technical assistance to facilitate the repair of C-130 bleed air environmental control system components, which consists of the bleed air controller (NSN �6610-01-606-0380), augmenter valve (NSN 4820-01-472-9777), and butterfly shut-off valve (NSN 4810-01-544-7492). 2. Develop procedures (including drawings and processes) and engineering authorization for rework and restoration of damaged or worn parts and components for return to serviceable condition through repair, overhaul, or processes not covered by applicable technical data to include Commercial Maintenance Manuals. 3. The source shall perform non-recurring engineering tasks to provide technical assistance to include: conditions or procedures beyond published technical data and authority under work stoppage and anticipated work stoppage conditions; engineering authorization for suitable substitution of parts, support equipment, special tools, test equipment, fixtures or ground handling equipment determined to be suitable replacements for specified items. 4. The source will respond to technical requests and provide Engineering Dispositions to support the OC-ALC workforce within specific timelines as indicated by the criticality of the request. 5. The source shall provide program management support by conducting monthly teleconferences with the OC-ALC workforce management team to discuss the status of the technical and maintenance support provided and to resolve any issues or concerns identified.� Respondents should be aware that it will be the responsibility for each offeror to submit their capabilities statement, communicating their ability to meet the abovementioned request. The purpose of this notice is to identify capable, interested vendors.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ad0c748aa9b5456db17b1a45f5bacb2a/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07256712-F 20241106/241104230106 (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.