Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 16, 2020 SAM #6622
SOURCES SOUGHT

66 -- Borescope and Borescope Accessories

Notice Date
1/14/2020 12:30:47 PM
 
Notice Type
Sources Sought
 
NAICS
336412 — Aircraft Engine and Engine Parts Manufacturing
 
Contracting Office
FA8121 AFSC PZAAA TINKER AFB OK 73145 USA
 
ZIP Code
73145
 
Solicitation Number
PZA-03
 
Response Due
2/14/2020 1:00:00 PM
 
Archive Date
02/29/2020
 
Point of Contact
Dawn Purtle, Phone: 4057348487
 
E-Mail Address
dawn.purtle.3@us.af.mil
(dawn.purtle.3@us.af.mil)
 
Description
Borescope and Borescope Accessories for Foreign Military Sales International Engine Management Program (IEMP) 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 borescope and borescope accessory manufacturing sources 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 AFLCMC/LPSIB organization located at Tinker Air Force Base is requesting information, pursuant to FAR PART 10, in support of Market Research to identify potential sources that can manufacture state-of-the-art borescope and borescope accessories, utilizing the latest and greatest technological advances currently available; that can meet or exceed the performance parameters identified 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 Pre-solicitation Conference.� The proposed North American Industry Classification Systems (NAICS) Code is 336412, which has a corresponding Size Standard of 1,500 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, Hub-zone 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 acquisition and packaging of completely serviceable units.� 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 Government requests that interested parties respond to this notice in writing including details of your ability to either provide a copy of the OEM manuals or licensee agreement certifying your business is approved by the OEM to manufacture this equipment and associated accessories.� Contractors must be an approved source, via the Source Approval Requirement process or have an approved Commercial Item Determination (CID) or the ability to obtain source approval/CID by the cognizant engineering authority.� The manufacturing performance parameters that should be met or exceeded is identified as follows: Operating Temperature Insertion tube -25�C to 100�C (-13�F to 212�F). System 0 to 40 �C (32 to 104 �F) Relative Humidity 0 - 90% Waterproof Insertion tube and tip to an equivalent 5 m (16.4 ft.) in depth or greater System System Dimensions from 17.1 x 19.7 x 38.1 cm (6.75 x 7.75 x 15�) up to 320 mm x 310 mm x 180 mm (12.6 in. x 12.2 in. x 7.1 in.) System weight not to exceed 22.6 kg (50 lbs) in case LCD Monitor included Joystick Control Button to access user functions, measurement, and digital functions Internal Memory SSD for user data storage Brightness Control Auto and Variable Illumination Type White LED Long Exposure capable White Balance Factory default or user defined Power Battery capable Power Supply AC 100-240 VAC, 50-60 Hz, <1.5 A RMS Standards Compliance and Classifications MIL-STD-810G United States Department of Defense Environment Tests Sections 506.5, 507.5, 509.5, 510.5, 511.5, 514.6, 516.6, 521.3 MIL-STD-461 U.S. Department of Defense � Electromagnetic Compatibility with RS103 � ABOVE DECK Software Operating System Embedded multi-tasking operating system User Interface Menu-driven and soft button operation; menu navigation using either buttons, touchscreen, joystick or any combination. File Manager Embedded file manager supports the following operation on files and folders: copy, cut, paste, create, rename, delete, filter, sort, and image recall. USB and internal flash storage Audio recording capable Image Control Brightness, Long Exposure, Invert, Single View, Illumination, Color Saturation Control Digital Zoom Capable Image Formats Bitmap (.BMP) and/or JPEG (.JPG) Video recording capable Text Annotation Built-in on screen text overlay generator with selectable font size Graphic Annotation User placement of arrows Articulation Control User-selectable steer and Steer-and-Stay* articulation; tip �Home� return to neutral forward-tip orientation 4mm.� These are minimums Tips FOV (deg), DOF mm (in). Forward View no adapter 80, 35-inf (1.38-inf) �115, 4-inf (.16-inf) Side View �100, 1-30 (.04-1.18) 120, 6-inf (.24-inf) Stereo Measurement �55/55-FWD 5-inf (.20-inf) 50/50-SIDE 4-inf (.16-inf) 6 mm tips. These are minimums FOV (deg), DOF mm (in). Forward View 50, 50-inf (2.36-inf) 80, 20-inf .79�-inf 120, 5-120 (.20-4.72) 120, 20-inf .79�-inf Side View 120, 4-100 (.16-3.94) Stereo Measurement 60/60-FWD, 4-80 (.16-3.15) 50/50-SIDE, 2-50 (0.8-1.97) Insertion tube: 4.0 mm (.150 to .157)in & 6 to 6.1 mm (.236 to .240)in Length: 3.5 m Exterior: High-durability tungsten braid Direction of view: Selectable by optical tip adaptor Field of view: Selectable by optical tip adaptor Illumination: High-intensity diode Articulation: 4mm; Up/Down 130� min, Left/Right 130� minimum.� 6mm Up/Down 160� min, Left/Right 160� minimum The specified requirement for this effort is found in the table below.� �The items are for the manufacture of borescope and borescope accessories.�������������� Noun ��������������������������� ����������������������������������� ��Quantity������� Borescope and Borescope accessories �� �������� ��Basic year BEQ: 46 ea��������� Borescope and Borescope accessories �� �������� ��Option year 1 BEQ: 46 ea���� Borescope and Borescope accessories �� �������� ��Option year 2 BEQ: 46 ea���� Borescope and Borescope accessories �� �������� ��Option year 3 BEQ: 46 ea���� Borescope and Borescope accessories �� �������� ��Option year 4 BEQ: 46 ea Please e-mail your response advising if the requirements stated above can be met to the following address: dawn.purtle.3@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 DUNs Number 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 beta.SAM.gov. Respond (along with the requested information) directly to: dawn.purtle.3@us.af.mil������� Primary Point of Contact: Dawn Purtle Contracting Officer Phone: 405-734-8487 dawn.purtle.3@us.af.mil����������
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/bab1fcccf54e40b6a69e0f5474b8244f/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05534789-F 20200116/200114230139 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.