SOURCES SOUGHT
49 -- Test Set, Flight Control System
- Notice Date
- 8/13/2025 6:38:21 AM
- Notice Type
- Sources Sought
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- FA8534 AFLCMC WNKAC ROBINS AFB GA 31098-1670 USA
- ZIP Code
- 31098-1670
- Solicitation Number
- FA8534FCSSSS
- Response Due
- 9/12/2025 2:00:00 PM
- Archive Date
- 09/27/2025
- Point of Contact
- Dylan Huckeba, Shakilrah Walker
- E-Mail Address
-
dylan.huckeba@us.af.mil, shakilrah.walker@us.af.mil
(dylan.huckeba@us.af.mil, shakilrah.walker@us.af.mil)
- Description
- The Government is conducting market research to identify potential sources that possess the production data, expertise, capabilities, and experience to be a source of supply for the Test Set, Flight Control System. The test set is an isolation, control, and monitoring device. It is used to test the operation of aircraft shaker motors and spoiler servo actuator assemblies. The test set is portable and needs only primary source power to operate. Connection of the test set to the aircraft subassembly is done through portable cable assemblies. PSC - 4920 NAICS - 336413 NSN - 4920-01-147-4526 CAUTION: This market survey is being conducted to identify potential sources that may possess the expertise, capabilities, and experience to meet the requirements for qualification and production of the Test Set, Flight Control System for use by United States Air Force (USAF) personnel. The level of security clearance and amount of foreign participation in this requirement has not been determined. Contractors/Institutions responding to this market research are placed on notice that participation in this survey does not ensure participation in future solicitations or contract awards. The Government will not reimburse participants for any expenses associated with their participation in this survey. INSTRUCTIONS: 1. Attached is an editable document that contains a description of the Test Set, Flight Control System requirement and a Contractor Capability Survey. The Survey allows Contractors to provide their company�s capability. 2. If, after reviewing these documents, you desire to participate in the market research, you should provide documentation that supports your company�s capability in meeting these requirements. Failure to provide documentation may result in the government being unable to adequately assess your capabilities. 3. ATTENTION: SMALL BUSINESS RESPONDENTS who are interested in participating in this effort: No set aside decision has been made; however, the Government will determine the final strategy after thorough analysis of the small business responses and other market research available, considering the demonstrated interest and capability. Please ensure that you provide a thorough response to each question. If your company does not currently possess the full capability required to fulfill the entire requirement, what teaming/partnership/joint venture/subcontracting arrangement do you have in place to fulfill the government needs? Providing evidence of this arrangement, e.g. emails, letter, etc. that demonstrates a united response to this SSS is highly encouraged, but not required. The evidence should state the type of arrangement and the role each member will fulfill. If you are only interested in being a subcontractor to the future awardee, state the portion of the work that your organization has capability of fulfilling. 4. Both large and small businesses are encouraged to participate in this Market Research. Joint ventures or teaming arrangements are encouraged. 5. Questions related to this market survey and/or completed market surveys should be sent via e-mail to each of the following contacts: Dylan Huckeba, Contracting Officer, AFLCMC/ROKC (dylan.huckeba@us.af.mil) Shakilrah Walker, Contract Specialist, AFLCMC/ROKC (shakilrah.walker@us.af.mil) Iris Armstrong, Program Management Specialist, AFLCMC/ROZ (iris.armstrong@us.af.mil) Please keep in mind additional information regarding future solicitations for this effort, including forecasts, quantities, timelines, solicitation information, etc. is not available at this time.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/882354f6123a4ff391b69b41c56df23b/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN07550287-F 20250815/250813230058 (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 |