SOURCES SOUGHT
61 -- F-16 Test Station Power Supply (6130-01-373-0561WF)
- Notice Date
- 2/19/2025 1:58:20 PM
- Notice Type
- Sources Sought
- NAICS
- 335931
— Current-Carrying Wiring Device Manufacturing
- Contracting Office
- FA8212 AFSC PZABA HILL AFB UT 84056-5825 USA
- ZIP Code
- 84056-5825
- Solicitation Number
- FA8212-25-R-0003
- Response Due
- 3/24/2025 12:00:00 PM
- Archive Date
- 03/24/2027
- Point of Contact
- Leslie Evans, Phone: 8015863964
- E-Mail Address
-
leslie.evans.1@us.af.mil
(leslie.evans.1@us.af.mil)
- Description
- SOURCES SOUGHT SYNOPSIS REFERENCE SOLICITATION # FA8212-25-R-0003 F-16 TEST STATION POWER SUPPLY NSN 6130-01-373-0561WF DPAS RATING �DO� Posting Time 33 Days: Wednesday 2/19/2025 � Monday 3/24/2025 1:00 PM MST 1. NOTICE: This is not a solicitation but rather a Sources Sought Synopsis (SSS) to seek new qualified manufacturers. 2. SMALL BUSINESS MANUFACTURES: a. Per the Federal Acquisition Regulation (FAR) Subpart 19.201, General Policy, �(a) It is the policy of the Government to provide maximum practicable opportunities in its acquisitions to small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business concerns. Such concerns must also have the maximum practicable opportunity to participate as subcontractors in the contracts awarded by any executive agency, consistent with efficient contract performance.� Based on the responses from the SSS, the Government intends to award a single Indefinite Delivery/ Indefinite Quantity (IDIQ), Firm-Fixed Price (FFP) contract type. The purpose of the SSS is to conduct market research to determine if such responsible sources exist. This market research is for planning purposes only to develop the best acquisition approach. b. Class Deviation 2023-O0001 Verification of Eligibility of Small Business Joint Ventures �A small business joint venture offeror must submit, with its offer, the representation required in paragraph (c) of FAR solicitation provision 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, and paragraph (c) of FAR solicitation provision 52.219-1, Small Business Program Representations, in accordance with 52.204-8(d) and 52.212-3(b) for the following categories: Small business; (Service-disabled veteran-owned small business; Women-owned small business (WOSB) under the WOSB Program; Economically disadvantaged women-owned small business under the WOSB Program; or (E) Historically underutilized business zone small business. These procedures implement the final rule for FAR case 2017-019, Policy on Joint Ventures, published on September 23, 2022, at 87 FR 58219, and effective on October 28, 2022, which added new representations to paragraph (c) of FAR solicitation provisions 52.212-3 and 52.219-1 for small business joint ventures for the socioeconomic categories listed above.� c. Proposed NAICS Code: 335931, Current-Carrying Wiring Device Manufacturing d. Small Business Size Standard: 600 Employees 3. REQUIREMENT DESCRIPTION: a. Part/Item Name: F-16 Test Station Power Supply b. NSN: 6130-01-373-0561WF c. P/N: 2215058-001 d. FSC: 6130, Current-carrying wiring device, fuel power supply e. Quantity: 1EA First Article and Test Report if a new manufacturer or if not manufactured in the past 3 years (SEE Attach_13_FA_Requirements); 21EA Production Articles; and 1EA Counterfeit Prevention Plan f. Commercial: NO g. Critical Safety Item: NO h. Higher Level Quality Production Standards: ISO 9001:2015 j. Manufacturer Qualification Requirements (MQR) � Interested Party Must be Qualified Manufacturer by the USAF. Please Note: Contract award shall not be delayed to qualify new sources per FAR 9.202(e), �The contracting officer need not delay a proposed award in order to provide a potential offeror with an opportunity to demonstrate its ability to meet the standards specified for qualification.� 4. GENERAL INFORMATION: a. Anticipated Award Time: Within 60 days after solicitation closing date but, not later than September 30, 2025. b. Contract Type: Firm-Fixed Price (FFP); One-Time Buy - Single Award c. No Economic Price Adjustment (EPA) is authorized for this requirement. By submitting a SAR package, the interested party certifies as a responsible DoD manufacturer that possess the required technical capable, have the financial resources. Any deviations to the TDP shall be approved only by the USG. d. Foreign Participation Not Allowed. Critical technology involved, export controlled D. The TDP can only be released to U.S. contractors. e. Award shall be made on All or None basis. f. All responsible sources may submit a capability statement, and a bid, a proposal, or quotation, which shall be considered by the agency. g. Electronic procedure will be used for this solicitation. h. Written response is required j. Export controlled. Foreign participation not allowed. 5. TECHNICAL DATA PACKAGE (TDP): a. TDP Requirement. The DoD manufacturer shall make, test, and deliver serviceable quality military aircraft parts to the USAF IAW the TDP and IAW ISO 9001:2015. The interested party is fully responsible for reviewing the entire TDP thoroughly before submitting a Source Approval Request (SAR) package IAW the attached Manufacturer Qualification Requirements (MQR). Through the TDP review, the interested part shall identify any discrepancies that will prevent making a serviceable asset. This shall be identified before submitting a SAR package and/ or before this notice is closed. b. TDP Access: The Procurement Contracting Officer (PCO) is the point of contact for TDP access. The current and complete TDP is attached and is export controlled. To access the TDP the party must download the TDP from SAM.gov. The TDP is attached to the notice and is available for 5 years from date of award. Search in SAM.gov for the solicitation number and go to the bottom of the notice to the �Attachments/Links�. Select the request access button. Please e-mail the Contracting Team with the firm�s CAGE code to verify if the firm has an active DD Form 2345, Military Critical Technical Data Agreement. An active DD Form 2345 is required in order to grant access to the export controlled TDP. The request must be for official business only, an interested party. 6. RESPONSES: The SSS posting time is 33 Days: Wednesday 2/19/2025 � Monday 3/24/2025 1:00 PM MST. Responses are due to the Contracting Team by the notice closing date and time The Government request interested parties to submit a brief statement of their capability to meet the USG requirement. Please include in the statement, Firm�s name, CAGE code, unique entity ID, Government point of contact, and whether the source is a qualified manufacturer. Business type (large or type of small) for proposed or recommended NAICS Code. Complete the Small Business Participation Plan attached identifying contracting and subcontracting opportunities for small businesses. Are you a manufacturer or authorized distributor for this requirement or subparts? Have you manufactured same or similar parts to include to commercial customers? If so, please provide evidence with point of contact(s). Provide any anticipated teaming arrangements or joint ventures. Any responses involving such arrangements should delineate between the work that will be accomplished by the prime and the teaming partner(s). Is there a different National Stock Number (NSN) or suitable part number? Is there an existing contract vehicle that the USAF can order the parts from? Is there a DLA contract or GSA Schedule for the parts? What other acquisition strategy and contract type do you recommend and how will this deliver quality parts on-time and provide the Government the best value? Discuss any concerns you may have with our requirement. Are there any long-lead items or parts that are volatile in the market or are difficult to procure? Please provide recommended delivery time(s) and why this is fair and reasonable. 7. CONTRACTING TEAM: Contracting Officer Leslie Evans at leslie.evans.1@us.af.mil and the Contract Specialist, Thomas Worthington at thomas.worthington@us.af.mil.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/c21128899b354aaf95d024e3848b521f/view)
- Record
- SN07347370-F 20250221/250219230039 (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 |