SOURCES SOUGHT
F -- F-16 Hydraulic Drive (Hydrive) Unit Repair
- Notice Date
- 12/11/2024 11:38:11 AM
- Notice Type
- Sources Sought
- NAICS
- 811210
—
- Contracting Office
- FA8251 AFSC PZABB HILL AFB UT 84056-5825 USA
- ZIP Code
- 84056-5825
- Solicitation Number
- FA8251-25-F-16HydraulicDrive
- Response Due
- 1/10/2025 3:00:00 PM
- Archive Date
- 01/25/2025
- Point of Contact
- Darin Rector
- E-Mail Address
-
darin.rector@us.af.mil
(darin.rector@us.af.mil)
- Description
- SOURCES SOUGHT SYNOPSIS FOR F-16 Hydraulic Drive (Hydrive) Unit Repair for United States Air Force (USAF) Department of the Air Force, Air Force Materiel Command, 409 SCMS/GUME Sources Sought Synopsis Number: FA8251-25-F-16HydraulicDrive 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. This sources sought is seeking Contractors who can perform repair of the F-16 Hydraulic Drive (Hydrive) Unit). 1.1. The purpose of this Sources Sought Synopsis is to conduct market research to determine if responsible sources with the capability to repair the part listed below and 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 811210 which has a corresponding Small Business Association size standard of $34.0M for Electronic and Precision Equipment Repair and Maintenance services. The Government will use this information to determine the best acquisition strategy for this engineering service. 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. 1.2 Responses to this Sources Sought announcement are voluntary, and therefore, the U.S. Government is not liable to pay or reimburse any contractors which respond to this announcement. Any costs incurred by interested companies in response to this announcement are solely the responsibility of the responder. The Government does NOT intend to contract on the basis of this request or otherwise pay for any information solicited herein and the Government reserves the right to reject, in whole or in part, any contractor�s input resulting from this Sources Sought. 1.3 In accordance with Federal Acquisition Regulation (FAR 15.201 (e), a response to this notice is not an offer and cannot be accepted by the government to form a binding contract, Responders are solely responsible for all expenses associated with their response. Not responding to this inquiry does not preclude participation in any future request for Proposal (RFP), if issued. If a solicitation is released, it will be publicized in accordance with the requirements of the FAR. 2. PROGRAM DETAILS: National Stock Number Part Number Name 1005-01-061-8335 217F429 F-16 Hydraulic Drive (Hydrive) Unit Repair INSTRUCTION: 1. Provide relevant experience to include performing engineering, manufacturing, inspection, and testing of similar components to those listed above in the last 3 years. 2. Company Profile will include the following: Number of employees Office Location CAGE Code DUNS Number Small Business designation/status claimed 3. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. The Government has no technical data to provide to potential offerors. Offerors must possess access to all appropriate data required to redesign these items. US Government does not own or have the rights to use the data required to redesign these items. Interested offerors shall respond to this Source Sought Synopsis no later than Friday January 10 2024 at 4:00PM MST. 4. Interested offerors must be qualified to repair these items within 3 years of the closing date of this Sources Sought Synopsis in order to be considered for this requirement. 5. Questions regarding this market survey should be addressed to Mr. Darin Rector by email at darin.rector@us.af.mil.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/54c236c5af9f4a65b9958d02ba8ebabe/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN07289171-F 20241213/241211230113 (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 |