SOURCES SOUGHT
J -- Request For Information
- Notice Date
- 6/9/2020 4:53:39 AM
- Notice Type
- Sources Sought
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- FA8538 AFSC PZAAB ROBINS AFB GA 31098-1670 USA
- ZIP Code
- 31098-1670
- Solicitation Number
- RFI_4820_00_449_2840UC
- Response Due
- 6/24/2020 1:00:00 PM
- Archive Date
- 07/09/2020
- Point of Contact
- Perry(Mike) Dixon, Jerryl McCoy
- E-Mail Address
-
perry.dixon@us.af.mil, jerryl.mccoy@us.af.mil
(perry.dixon@us.af.mil, jerryl.mccoy@us.af.mil)
- Description
- The Government is conducting market research to identify potential sources that possess the repair data, expertise, capabilities, and experience to meet qualification requirements to repair the C-5 Linear Directional Valve. The level of security clearance and amount of foreign participation in this requirement has not been determined.� RMSC/RMC is R3/B, which means the acquisition for this item is sole source to the OEM.� The technical data is proprietary and there is a source controlled drawing owned by the original equipment manufacturer, Eaton Corporation, 4690 Colorado Blvd., Los Angeles, Ca.� Cage Code 99643. The Government does not own or have access to the data for these items. The Government has determined that this system is not a commercial item. Commercial item descriptions, commercial vendor catalog or price lists or commercial manuals assigned a technical manual number apply. This requirement is for repair services.� The repair services strategy is a five-year requirements type contract (a basic year plus four ordering periods) and shall begin in FY21 and continue through FY25.� The projected requirements will be best estimated quantities (BEQ) of about10 each per year. The Government�s needs for repair services are required in order to provide serviceable linear directional valves in support the C-5 Heavy Duty Cargo Mission Contractor shall furnish all material, support equipment, tools, test equipment, and services.� The contractor is respJonsible 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. ***PLEASE SEE ATTACHMENT FOR MORE INFORMATION***
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/101d4461520843889c4aa9d9b4c66f7a/view)
- Place of Performance
- Address: Warner Robins, GA 31098, USA
- Zip Code: 31098
- Country: USA
- Zip Code: 31098
- Record
- SN05685136-F 20200611/200609230146 (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 |