Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 06, 2021 SAM #7096
SOURCES SOUGHT

99 -- NSN 5975-01-673-7145, P/N 40-415-239

Notice Date
5/4/2021 1:53:10 PM
 
Notice Type
Sources Sought
 
Contracting Office
DLA AVIATION AT OKLAHOMA CITY, OK TINKER AFB OK 73145-3070 USA
 
ZIP Code
73145-3070
 
Solicitation Number
21-01766
 
Response Due
5/12/2021 2:00:00 PM
 
Archive Date
05/27/2021
 
Point of Contact
422 SCMS
 
E-Mail Address
422.SCMS.AFMC.RFI@us.af.mil
(422.SCMS.AFMC.RFI@us.af.mil)
 
Description
Procurement for F-15 Electrical Chassis NSN 5975-01-673-7145, P/N 40-415-239 PURPOSE/DESCRIPTION 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 manufacturing sources and 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 422nd Supply Chain Management Squadron located at Tinker Air Force Base is requesting information, pursuant to FAR PART 10, in support of Market Research to identify potential sources for the manufacture of the NSN(s) listed 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 government does not have the associated technical data to provide to potential sources. No qualification requirements or Technical Orders exist.� Consequently, potential sources for this effort typically would be companies who have a license or agreement with the Original Equipment Manufacturer (OEM) Meggitt Inc, Cage 58880 to complete the product described, including military specific modifications.� POC of Meggitt is Emily Holland, +44 1489 483 260, emily.holland@meggitt.com.� The proposed North American Industry Classification Systems (NAICS) Code is 334511, which has a corresponding Size Standard of 1,250 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, Hubzone Businesses, and Women-Owned Small Businesses. The government requests that interested parties respond to this notice if applicable and provide the requested information in Part I and Part II below. REQUIREMENTS Potential sources shall be capable of furnishing all labor, materials, facilities, and equipment required to accomplish the new manufacture of the item(s) listed below. Generally, this entails the procurement/manufacture of component parts, inspection, testing, preservation/packaging, and shipping. Additionally, potential sources may be responsible for supply chain management, logistics planning, forecasting production requirements, long-lead time parts procurement, diminishing manufacturing sources and material shortage issues, and shipping serviceable assets. Potential sources may be responsible for nonrecurring engineering costs associated with becoming an approved source. The procurement requirement for this effort is the Electrical Chassis for the F-15 aircraft. Part Number������������ NSN�������������������� Estimated Requirement ����� AMC/AMSC������������ 40-415-239�� �� NSN 5975-01-673-7145����������� �3 ea Max�������������������������� 4D � Technical Orders applicable to this sources sought synopsis are as follows: � Tech Order �������������� DATE N/A ��������������������������� N/A � PURCHASE REQUEST NUMBER FD20302101766 Part I.� Business Information Please provide the following business information for your company/institution and for any teaming or joint venture partners: Company/Institute Name: Address: Point of Contact: CAGE Code: Phone Number: E-mail Address: Web Page URL: Size of business pursuant to North American Industry Classification System (NAICS) Code: Based on the above NAICS Code, state whether your company is: Small Business����������������������������������������������� (Yes / No) Woman Owned Small Business��������������������� (Yes / No) Small Disadvantaged Business���������������������� (Yes / No) 8(a) Certified������������������������������������������������� (Yes / No) HUBZone Certified��������������������������������������� (Yes / No) Veteran Owned Small Business��������������������� (Yes / No) Service Disabled Veteran Small Business����� (Yes / No) ���������� Central Contractor Registration (CCR)��������� � ��������� (Yes / No) ���������� A statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership). � � Part II. Survey Questions 1.� Please submit details on your ability to provide copy of the OEM�s manufacturing and testing data (including but not limited to manufacturing and testing procedures, and an illustrated parts breakdown) or an OEM licensee agreement certifying your business is approved by the OEM to repair this equipment. 2.� Please provide any anticipated teaming arrangements, along with a description of similar products 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. 3.� Are there established catalog or market prices for our requirement?� Is our requirement offered to both under similar terms and conditions?� Briefly describe any differences. 4.� Describe your standard warranty and return process for goods and services furnished to the government for items similar in nature to this requirement. � GOVERNMENT CONTACTS � Please e-mail your response to 422.SCMS.AFMC.RFI@us.af.mil and advise if the requirements stated above can be met.� As stated above, this SSS is issued solely for informational and planning purposes, and 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 are not acceptable for any requested information. Suspense for this document will be 30 days after posting.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/6579e018cb8c4c9192d2335605c91494/view)
 
Record
SN05991488-F 20210506/210504230118 (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.