SOURCES SOUGHT
17 -- B-52 Anti-Skid Panel
- Notice Date
- 2/25/2016
- Notice Type
- Sources Sought
- 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
- FA810716R0002
- Archive Date
- 3/25/2016
- Point of Contact
- Jennifer Lee, Phone: 4057392823
- E-Mail Address
-
jennifer.lee.17@us.af.mil
(jennifer.lee.17@us.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 (USAF) to identify potential sources, and if this effort can be competitive or a Small Business Set-Aside. This is not a Request for Proposal 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 purpose of this Sources Sought Synopsis is to identify sources interested in this requirement and capable of satisfying the scope of work as detailed below. The AFLCMC/WWDP 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 B-52 Anti-Skid cockpit indicator panel to facilitate installation of the B-52 Anti-Skid Mark IV system modification listed below. 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. Interested parties are advised to review the notice below, and respond as instructed. 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 Businesses, Small Businesses, Small Disadvantaged Businesses 8(a)s, Service-Disabled Veteran-Owned Small Businesses, HUBZone-certified Small 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 existing B-52 anti-skid system is becoming obsolete and will become unsupportable in 2019. The Mark IV anti-skid system for the B-52H will replace the current Mark I analog anti-skid system. An indicator panel assembly to indicate anti-skid operation for the pilot in the cockpit is required to fully integrate the Mark IV system onto the B-52H. The panel must be dimmable and have a test switch to indicate system power on and indicator function. The purpose is to indicate and alert the flight crew of a fault to the affected antiskid paired brake. General Requirements: The contractor will be required to manufacture 83 indicator panels according to government owned drawings. This will allow the panel to be installed in B-52H model aircraft. An Acceptance Test Procedure (ATP) is required to be developed by the contractor to ensure the item meets all requirements of the drawing and is operationally suitable. The contractor shall provide unlimited data rights for the indicator panel ATP. 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. Interested parties should submit the following information also: - Company Name and Address - Telephone Number, fax number, and email address - Web Page URL - Cage Code - DUNs Number - Company business size by NAICS code - Provide technical competence specific to NAICS Code 336413 - Small Business Type(s), if applicable - Identify any categories under which you are qualified [e.g. 8(a), including graduation date; HUBZone-certified Small Business; Service-Disabled Veteran-Owned Small Business; Women-Owned Small Business; etc.] - State if your interest is to be the prime contractor or a subcontractor - Provide your System for Award Management (SAM) registered information: (name, address); Point of Contact for questions and/or clarification - Provide technical competence related to manufacturing hardware in a B-52 environment - Provide technical competence related to nuclear hardening and nuclear hardness testing of aircraft components and systems - Teaming Partners (if applicable) Responses along with any supporting documentation or questions must be received no later than 10 March 3:00 pm CST to the primary point of contact below: Primary Point of Contact: Jennifer Lee Contracting Officer Phone: (405) 739-2823 jennifer.lee.17@us.af.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA810716R0002/listing.html)
- Record
- SN04031098-W 20160227/160225234718-d2a6e5b1b756c939747d462ca8c77866 (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 |