Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 05, 2012 FBO #3968
SOURCES SOUGHT

14 -- WSP and WSP CCA Repair

Notice Date
10/3/2012
 
Notice Type
Sources Sought
 
NAICS
336419 — Other Guided Missile and Space Vehicle Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, Hill AFB OO-ALC, OO-ALC/PKXB, 6038 Aspen Ave (Bldg 1289), Hill AFB, Utah, 84056
 
ZIP Code
84056
 
Solicitation Number
FA8250-13-SS-WSPCCA
 
Archive Date
3/27/2013
 
Point of Contact
Kevin Zimmerschied, Phone: 801-775-2024, Randy J Egbert, Phone: 801-777-4723
 
E-Mail Address
kevin.zimmerschied@hill.af.mil, randy.egbert@hill.af.mil
(kevin.zimmerschied@hill.af.mil, randy.egbert@hill.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Request for Information NOTICE: This is not a solicitation but rather a Sources Sought Synopsis to determine potential sources for information and planning purposes only. The Government is performing market research to determine potential sources of repair of the Minuteman III ICBM (MMIII) Weapon System Processor (WSP) and its associated Circuit Card Assemblies (CCAs). The Government's objectives and requirements of the potential source are: 1. Prior experience with repair of MMIII electrical/electronic equipment and associated requirements 2. Prior experience with repair of MMIII Configured Items (CIs) and associated requirements 3. Prior experience with repair of MMIII Hardness Critical Items (HCIs) and associated requirements 4. Prior experience with repairs requiring MMIII Hardness Critical Processes (HCPs) and associated requirements 5. Prior experience with repairs of MMIII Nuclear Certified Equipment (NCE) and associated requirements 6. Prior experience interacting with the Air Force Supply System as a repair facility and associated requirements 7. Capability to handle classified information as required and associated requirements 8. Capability to develop (or previously have) any/all test equipment and procedures needed for repair and certification, not provided by the Government 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. 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. 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. Furthermore, interested parties should include in their response details of how they have in the past or would in the future meet each of the Government's objectives and requirements listed above, to be summarized in between 250 and 500 words, or their response shall be considered incomplete and not considered. To be considered as a potential supplier source for this requirement, a Contractor will be required to submit technical data, in response to a solicitation, verifying their capabilities to produce/supply these items. The Contractor will be required to verify to the Government that the items are within Original Equipment Manufacturer (OEM) specifications. Respondents to this request will be retained in a file and subsequently provided a copy of the Request for Proposal (RFP) when issued. Responding to this request in no manner guarantees a contract will be awarded to the respondent for the manufacture/supply of this item. All information received in response to this announcement that is marked Proprietary will be handled accordingly. Responses will not be returned. In accordance with FAR 15.201(e), a response to this notice is not an offer and cannot be accepted by the government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FA8250-13-SS-WSPCCA/listing.html)
 
Record
SN02907479-W 20121005/121003234356-41fb7f2e775b18d5515538c1fa2e1ed8 (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.