Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 07, 2018 FBO #5920
SOURCES SOUGHT

16 -- Repair of Liquid Transmitters for the UH-1N Helicopter - FA852418

Notice Date
2/5/2018
 
Notice Type
Sources Sought
 
NAICS
332912 — Fluid Power Valve and Hose Fitting Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, PK/PZ - Robins AFB, 215 Page Rd, Robins AFB, Georgia, 31098-1611, United States
 
ZIP Code
31098-1611
 
Solicitation Number
FA852418R0012
 
Point of Contact
Cheryl A. Wilhelm, Phone: 4782224552, Curtis Blake Stoner, Phone: 478-926-0153
 
E-Mail Address
cheryl.wilhelm@us.af.mil, curtis.stoner@us.af.mil
(cheryl.wilhelm@us.af.mil, curtis.stoner@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
RFI REQUEST FOR INFORMATION: Noun: NSN Part Number Liquid Transmitter 6680-01-361-0739 0250KTU01 Liquid Transmitter 6680-01-361-0740 0116KTU02 Liquid Transmitter 6680-01-361-0741 0116KTU01 Liquid Transmitter 6680-01-361-9451 20-246-01 Control Unit Pump 2915-01-361-0133 0201KCR01 CAUTION: The Government is conducting market research to identify potential sources that possess the repair data, capabilities and experience to meet qualification requirements to repair the Fuel Quantity Indicator System Components, all of which are applicable to the UH-1N Helicopter. The level of security clearance and amount of foreign participation in this requirement has not been determined. The Fuel Quantity Indicator System has a Repair Method Code (RMC/RMSC) of "R3/R". RMC R3; Repair, for the second or subsequent time, directly from the actual manufacturer. RMSC: R, The Government does not own the data or the rights to be contract repair of this part from additional sources. It has been determined to be uneconomical to buy the data or rights to the data. It is uneconomical to reverse engineer the part. Contractor shall furnish all material, support equipment, tools, test equipment, and services. The contractor is responsible for providing, maintaining, and calibrating all support equipment required at their facility or a subcontractor's facility. Contractor furnished material or parts used for replacement shall equal or exceed the quality of the original material or parts. Contractors/Institutions responding to this market research are placed on notice that participation in this survey may not ensure participation in future solicitations or contract awards. The government will not reimburse participants for any expenses associated with their participation in this survey. The Government does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and proposal costs, of the Federal Acquisition Regulation. Although "proposal" and "offeror" are used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal. This solicitation is issued for the purpose of identifying any additional potential repair sources capable of repairing these assets. INSTRUCTIONS: 1. The attached document contains a description of the Fuel Quantity Indicator System requirement and a Contractor Capability Survey. The Survey allows Contractors to provide their company's capability. 2. If, after reviewing these documents, you desire to participate in the market research, you should provide documentation that supports your company's capability in meeting these requirements. Failure to provide documentation may result in the government being unable to adequately assess your capabilities. If you lack sufficient experience in a particular area, please provide details explaining how you would overcome the lack of experience/capabilities in order to perform that portion of the requirement (i.e., teaming, subcontracting, etc.). 3. Both large and small businesses are encouraged to participate in this Market Research. Joint ventures or teaming arrangements are encouraged. 4. Questions relative to this market survey should be addressed to the Government Logistic Manager, Rodney W. Mathis, (48) 327-6940 or email to rodney.mathis@us.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/FA852418R0012/listing.html)
 
Place of Performance
Address: Contractor's Facility, United States
 
Record
SN04810131-W 20180207/180205230915-ee31ef5d406437bfcc736093c79e674d (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.