SOURCES SOUGHT
J -- Repair F-5 Rate Flow Indicators 6680-01-061-3996XJ
- Notice Date
- 1/3/2018
- Notice Type
- Sources Sought
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFLCMC / AFSC / AFNWC - HILL AFB, ., Hill AFB, Utah, 84056, United States
- ZIP Code
- 84056
- Solicitation Number
- FA8251-14-D-0017
- Point of Contact
- Leslie G. Evans, Phone: 8015863964
- E-Mail Address
-
leslie.evans.1@us.af.mil
(leslie.evans.1@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- 1. NOTICE. This is not a pre-solicitation nor a solicitation but rather a Sources Sought Synopsis (SSS) for the sole purpose of conducting market research to seak sources that can repair the F-5 Rate Flow Indicators, NSN 6680-01-061-3996XJ. Further, the purpose of the market research is to determine if the repair can be competitive and/ or total small business set-aside. The assigned qualified small business North American Industry Classification Systems (NAICS) Code is 336413, Other Aircraft Parts and Auxiliary Equipment Manufacturing, which has a corresponding size standard of 1,000 employees. The Government is interested in all small businesses to include 8(a), Service-Disabled Vetera n- Owned, HUBZon e, and Women-Owned small business concerns however, the G overnment request all i nterested parties to respond that can meet the RQR. 2. RESPONSE. In order to be a qualified source to repair the F-5 Rate Flow Indicators, NSN 6680-01-061-3996XJ the interested party must be qualified by the Government. Interested sources are required to submit a brief capability statement on how they are qualified to repair the asset. Include in the statement a description of the repair facilities, required personnel, related repair experience, and if they have the ability to obtain or create the resources necessary to perform trouble shooting, repair and testing of the F-5 Rate Flow Indicators, NSN 6680-01-061-3996XJ as well as if they are able to develop or obtain the data, manuals, and technical orders from another party (they must be able to demonstrate that they have access to such resources and the legal right to use said resources to repair assets for the Government). The capability statement must also include a point of contact, address, telephone number, email address, DUNS number, CAGE Code, and/or tax ID number, as well as their size category (large, small, small disadvantaged, etc.), and if they have any existing related safety approvals. Also, provide any supporting information such as commercial literature, catalogues, manuals, etc. Responses to the SSS are voluntary and therefore the Government is not liable to pay or reimburse any interested sources who respond. Any costs incurred are solely the responsibility of the responder. The Government does not intend to contract on the basis of this request or otherwise pay for any information solicited herein and reserves the right to reject, in whole or in part, any contractor's input resulting from this SSS. The SSS will be posted for a 7 calendar days from 3 January 2018 until 9 January 2018. Responses are due no later than 9 January 2018 at 4:00 PM MST. All information marked as proprietary information will be safeguarded to prevent disclosures to nongovernment personnel and entities. Please send the response to the Procurement Contracting Officer (PCO) Leslie Evans at leslie.evans.1@us.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FA8251-14-D-0017/listing.html)
- Place of Performance
- Address: Contractor's facility, United States
- Record
- SN04779802-W 20180105/180103230925-14ca1f2ed65dd4654389a49703506e55 (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 |