SOURCES SOUGHT
J -- Repair of AN/APG 68 F-16 C/D Multi SRU Repair
- Notice Date
- 2/11/2025 3:14:14 PM
- 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-D-Multi-SRU
- Response Due
- 3/13/2025 3:00:00 PM
- Archive Date
- 03/28/2025
- Point of Contact
- Darin Rector, Hunter Doney
- E-Mail Address
-
darin.rector@us.af.mil, hunter.doney@us.af.mil
(darin.rector@us.af.mil, hunter.doney@us.af.mil)
- Description
- SOURCES SOUGHT SYNOPSIS FOR AN/APG 68 F-16 C/D Multi SRU Repair for United States Air Force (USAF) Department of the Air Force, Air Force Materiel Command, 416 SCMS/GUMAD Sources Sought Synopsis 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. This sources sought is seeking Contractors who can perform repair of AN/APG 68 F-16 C/D Multi SRUs. 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 �Electronic and Precision Equipment Repair and Maintenance services which has a corresponding Small Business Association size standard of $34.0M. 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 �, 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: GROUP NOUN STOCK NUMBER PART NUMBER DMT RF Controller 5989-01-203-1936 772R025G01 5998-01-303-5872 762R831G01 Digibus Interface 5989-01-242-8035 762R117G01 Regulator 5998-01-288-5420 762R656G01 5998-01-247-8169 762R923G01 5998-01-464-4241 792R998G01 RF Monitor 5998-01-274-4648 772R023G01 5998-01-303-5871 785R537G01 P&C 5998-01-306-9224 762R978G01 5998-01-242-8034 762R128G01 5998-01-265-1040 762R370G01 MLPRF Receiver Assy 1270-01-194-5732 690R935G01 Reference Oscillator 1270-01-208-8409 758R570G01 Controller Analog Board 5998-01-195-8634 756R222G01 Cont. Interface Board Assy 5998-01-232-5232 756R912G01 5998-01-431-4658 785R772G01 Cont. CPU 5998-01-232-5233 756R908G01 5998-01-278-6462 765R613G01 5998-01-298-9139 765R886G01 Sample Data 5998-01-439-0667 792R027G01 5998-01-465-7637 792R689G01 5998-01-278-5983 792R031G01 5998-01-196-3759 750R962G01 Frequency Synthesizer 6625-01-126-0097 1209799 PSP S/D Board 5998-01-212-4130 756R411G01 CCA Aux Board 5998-01-132-5763 688R604G01 AC #1/2 Board 5998-01-195-4132 756R451G01 CPU 1750 INT RAM 5998-01-195-7400 694R942G01 5998-01-337-4608 772R416G01 A-D Interface Input Buffer 5998-01-275-5773 762R065G01 5998-01-384-2703 762R627G01 5998-01-396-2193 762R626G01 CDP/PI Buffer 5998-01-288-6937 762R678G01 5998-01-201-6843 756R533G01 CCA 5998-01-382-0663 781R984G01 5998-01-194-8126 756R242G01 SYMB Input/Memory 5998-01-195-4022 758R598G01 SPC/CPU 5998-01-202-9187 694R730G01 5998-01-132-6875 750R415G01 SPC/INT/SPC/MEM 5998-01-196-4302 750R418G02 5998-01-206-9857 756R456G01 MICM/MICC 5998-01-132-6877 750R504G01 IXRM/IXRG 5998-01-132-6878 750R505G01 FITS/RCIF 5998-01-318-0309 762R649G01 5998-01-202-9188 756R459G01 CGA SPM 5998-01207-7159 756R151G01 5998-01-194-8141 756R183G01 DATA/RTR/PBM MEM 5998-01-286-5246 762R677G01 PBM Cont/PBM Mem 5998-01-384-2692 772R811G01 5998-01-329-2520 772R809G01 PMB-IF/PRF Generator 5998-01-212-4129 694R740G01 5998-01-194-3852 758R169G01 Signal Gen/Sync 5998-01-241-9554 762R353G01 5998-01-388-3760 762R354G01 S/D Board 5998-01-194-4373 756R441G01 PSP Power Supply 6130-01-243-3059 758R805G01 6130-01-257-2835 765R005G01 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: A. Number of employees B. Office Location C. CAGE Code D. DUNS Number E. 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 Thursday March 13, 2025, 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/c16e94d186944c6e8d513411b859dfbb/view)
- Record
- SN07339882-F 20250213/250212080331 (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 |