Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 01, 2023 SAM #7948
SOURCES SOUGHT

A -- A-10 EWA ACFT Center Wing Harness Assembly

Notice Date
8/30/2023 10:52:43 AM
 
Notice Type
Sources Sought
 
NAICS
334419 — Other Electronic Component Manufacturing
 
Contracting Office
FA8202 AFLCMC WWAK HILL AFB UT 84056-5820 USA
 
ZIP Code
84056-5820
 
Solicitation Number
FA8202-23-R-1002
 
Response Due
9/13/2023 1:00:00 PM
 
Archive Date
09/28/2023
 
Point of Contact
Lauren Johnston, Stephanie Martin
 
E-Mail Address
Lauren.Johnston.4@us.af.mil, Stephanie.martin.24@us.af.mil
(Lauren.Johnston.4@us.af.mil, Stephanie.martin.24@us.af.mil)
 
Description
REQUIREMENT TITLE:� A-10 EWA ACFT Center Wing Harness Assembly NSN/Part Number: NSN: 1560-K0-103-837AFJ / Part Number 160D241101-1, 160D241102-1, 160D24201-1, 160D24202-1 Solicitation Number:� Notice Type:� Sources Sought Synopsis 1.� NOTICE:� This is not a solicitation but rather a Sources Sought Synopsis to determine potential sources for information and planning purposes only. 1.1 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.� The proposed North American Industry Classification Systems (NAICS) Code is 334419 which has a corresponding Size standard of 750.� 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 A-10 Program Office is performing market research to identify potential contractors who have the skills, experience, and knowledge required to manufacture wiring harnesses from build to print drawings. The requirement is for 9 sets of harnesses (4 each harnesses per set) plus any additional sets required to meet first article/acceptance testing requirements. The harness sets required are to be manufactured in accordance with ASME Y14.100-2017, MIL-STD-130 and SAE-AS50881 from 3D model definition drawing packages provided by the A-10 Program Office. 3. Known Qualified Vendors: ������������� 3.1 Phoenix Logistics 4. Potential vendor and all subvendors must have an approved Form DD 2345 and a Joint Certification Program certification number to receive the current A-10 EWA ACFT Center Wing Harness Assembly documentation.� For prospective vendors without current approval, Form DD 2345 is available at https://www.dla.mil/HQ/InformationOperations/Offers/Products/LogisticsApplications/JCP/.� Form processing requires approximately 5 business days.� Questions regarding completion of Form DD 2345 may be referred to the contact information below. To receive a copy of the A-10 EWA ACFT Center Wing Harness Assembly documentation, submit a request to the address below and include your Joint Certification Program certification number: Interested Parties shall submit the following: Company Profile will include the following: Name of company Point of Contact with phone number and e-mail address Number of employees Office Location CAGE Code DUNS Number Small Business designation/status claimed Company certifications (e.g. ISO-9001, ASI-9100, CMMI, etc) How would you intend to propose on this effort?� (Prime or Subcontractor) RFI Response Part II � Market Survey Questions 1.� Briefly describe your company's experience providing the types of supplies identified in the program description to include identification of major program risks and techniques to be employed to mitigate these risks. (Maximum Page Limit: Four pages - please do not include business brochures [Title page containing, as a minimum, program title, date, and name and phone number of submitting activity Point of Contact does not count against page maximum]) 2.� Teaming arrangements or methodology to be employed to ensure requirements of the program description can be satisfied. (Maximum Page Limit: One page) Contracting Officer Lauren Johnston 6072 Fir Ave. Bldg 1233 Hill AFB, UT 84056 801-586-6015 E-mail lauren.johnston.4@us.af.mil Technical Point of Contact Tiffany Jones DSN: 586-5917
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/cdbcf0e8f2304d958cca71d0d7843f0d/view)
 
Record
SN06813593-F 20230901/230830230058 (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.