Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 13, 2014 FBO #4767
SOLICITATION NOTICE

15 -- Evolutionary Data Link (EDL)

Notice Date
12/11/2014
 
Notice Type
Presolicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment 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
FA810715R0001
 
Point of Contact
Robert Miller, Phone: 4057395426
 
E-Mail Address
robert.miller@tinker.af.mil
(robert.miller@tinker.af.mil)
 
Small Business Set-Aside
N/A
 
Description
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 repair 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 B-52 Systems Program Office AFLCMC/WWVM Modification Branch Weapons Section (1760 IWBU) 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 repair/upgrade/refurbishment/re-manufacture/test and evaluation/engineering services of the items listed under Appendix 1 in the attached PWS. The Government will use this information to determine the best future acquisition strategy for this procurement, inclusive of the need to do an Industry Day and/or Presolicitation Conference. The government does not have the associated technical data to provide to potential sources. Consequently, potential sources for this effort typically would be companies who have a license or agreement with the Original Equipment Manufacturer The Boeing Company, Cage 82918 to complete the work described, including military specific modifications. The proposed North American Industry Classification Systems (NAICS) Code is 336413, which has a corresponding Size Standard of 1,000 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 repair/overhaul/re-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 requirement is for Evolutionary Data Link (EDL) system components. Contractor support activities may include logistics, supportability for hardware and software obsolescence issues, engineering services, repair, repair data, upgrade, configuration update, inspection, fault isolation, part manufacture, travel, and meeting attendance. Please e-mail your response advising if the requirements can be met to the following address: robert.miller.16@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. Submit the following information also: •- Company Name and Address •- Cage Code •- 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. Responses and/or questions to this synopsis will be posted through FBO. Respond (along with the requested information) directly to: Name: G. Taze Hearn Title: Contracting Officer Office: AFLCMC/WWKKB Phone #: (405) 739-4469 Email: g.hearn@us.af.mil Name: Robert Miller Title: Contract Negotiator Office: AFLCMC/WWKA Phone #: (405) 739-4323 Email: robert.miller.16@us.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA810715R0001/listing.html)
 
Place of Performance
Address: TBD, United States
 
Record
SN03594167-W 20141213/141211234928-a8488c8287609b50c2e410a58a8571b5 (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.