Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 29, 2018 FBO #6123
SOURCES SOUGHT

59 -- Processor Circuit Card Assy.(CCA) & Power Supply CCAs

Notice Date
8/27/2018
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument 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
FA8212-18-R-0758
 
Archive Date
10/13/2018
 
Point of Contact
Rosita Crawford, Phone: 8015861236
 
E-Mail Address
rosita.crawford@us.af.mil
(rosita.crawford@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT SYNOPSIS: Solicitation Number: FA8212-18-R-0758 Originally posted as FA8212-18-R-0756 Circuit Card Assembly (CCA) Processor & Interface, & FA8212-18-R-0768 CCAs Power Supply. These two requirements are now combined. 416 SCMS/GUMBA - Issue Date 8/27/2018 - Closing Date 9/28/2018 (30 day period) Notice Type: Sources Sought Synopsis Synopsis: 1. NOTICE: This is not a solicitation but rather a Sources Sought Synopsis to determine potential sources for information and planning purposes only. 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, and by identifying contracting and subcontracting opportunities. The proposed North American Industry Classification Systems (NAICS) Code is 334511 which has a corresponding Size standard of 1,250. 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 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. 2. Program Details: The Government anticipates procuring 166 Processor and Interface Circuit Card Assemblies (CCA) (National Stock Number: 5998-01-620-0281, Part Number: B001016-10), and 166 Power Supply Circuit Card Assemblies for Reengineered Data Transfer Unit (RDTU) (National Stock Number: 5998-01-620-0593, Part Number: B001021-10) in support of the A-10 Weapon System. The quantities listed above are only estimates, and the Government is anticipating that the quantity could increase upon receipt of the FY19 budget. Interested contractors must become qualified prior to award of a contract. Contractors whom have not already been qualified to these parts must read through and comply with the purchase qualification requirements (AKA Source Qualification Statement) document attached to this Sources Sought. The Government may not delay contract award in order for a company to qualify. Direct any question about qualification to the contracting office listed below. Information Sought : No proposal is requested or accepted from this synopsis. Companies responding to this market research are advised their response does not ensure participation in future solicitations or contract awards. The Government will not reimburse any company or individual for any expense associated with preparation or participation in this research. The respondent must be able to demonstrate the ability to obtain or create the resources necessary to provide the CCA's & RDTU's. Interested contractors should respond to this announcement as soon as possible. Companies should provide a summary of their capabilities and their expected ability to meet the CCA's & RDTU's. Responses should include/answer: a. Name and address of the contractor b. Point of contact including name, title, phone and e-mail address c. Cage Code, size of the contractor, average annual revenue for the past three years and the number of employees d. Description of experience in providing capability to accomplish the requirements listed above. Include applicable contract numbers, a brief description of the work performed, and period of performance, agency/organization support, and individual points of contact (Contracting Officers or Program Managers). e. What is a realistic production timeline for a First Article and production articles? f. What is a realistic monthly production rate? g. Any risks anticipated in accomplishing this effort? h. Indication of an understanding of safety requirements i. Whether the business is currently classified as a Large, Small, Small Disadvantaged, 8(a) and/or Woman Owned Company, Hub Zone Small business, veteran owned small business, or R-service disabled veteran owned small business. Where to Submit Submissions should be sent via e-mail to rosita.crawford@us.af.mil. E-mail submissions may include files in Microsoft Word format or Adobe Acrobat (*.pdf) format. When to Submit Submissions must be received not later than 30 calendar days from the date of this notice. Responses must provide clear and concise documentation indicating a prospective source's bona fide capability, and expertise of the item. Responses to this notice will be used as part of the market research that will be used to develop the acquisition strategy to satisfy this potential requirement. Respondents are solely responsible for all expenses associated with responding to this sources sought. No reimbursement will be made for any costs associated with providing information in response to this notice or any follow-up information requested. Any information submitted by respondents to this notice is strictly voluntary. Also, in order to protect the procurement integrity of any future procurement that may arise from this announcement, information regarding the technical point of contact will not be given and no appointments for presentations will be made. Notice Regarding Proprietary Information: All submitted materials will be designated for Government Use Only. Contracting Office Address: Hill AFB, Utah 84056 United States Primary Point of Contact: Rosita Crawford rosita.crawford@us.af.mil Phone: 8015861236
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FA8212-18-R-0758/listing.html)
 
Record
SN05058362-W 20180829/180827231437-496766bc737e37767513ab79367489e8 (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.