Remanufacture of B1 Rudders Servocylinders
Agency: | DEPT OF DEFENSE |
---|---|
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159492039777721 |
Posted Date: | Apr 3, 2023 |
Due Date: | Apr 18, 2023 |
Solicitation No: | FD20302301143 |
Source: | https://sam.gov/opp/3b1d6b4a0e... |
Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.
- Contract Opportunity Type: Sources Sought (Original)
- All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
- Original Published Date: Apr 03, 2023 08:18 am CDT
- Original Response Date: Apr 18, 2023 03:00 pm CDT
- Inactive Policy: 15 days after response date
- Original Inactive Date:
-
Initiative:
- None
- Original Set Aside:
- Product Service Code: 1650 - AIRCRAFT HYDRAULIC, VACUUM, AND DE-ICING SYSTEM COMPONENTS
-
NAICS Code:
- 336413 - Other Aircraft Parts and Auxiliary Equipment Manufacturing
-
Place of Performance:
Tinker AFB , OK 73145USA
Remanufacture of : B1 Servocylinders
NSN: 1650-01-342-9088, 1650-01-342-9089,1650-01-193-2807, 1650-01-184-8766
P/N: L5875400-041, L5875400-042, L5876400-021, L5876400-031
Department/Ind. Agency: DEPT OF DEFENSE
Sub-tier: DEPT OF THE AIR FORCE
Major Command: AFMC
Sub Command: AIR FORCE SUSTAINMENT CENTER
Requirement Office: 423rd SCMS
General Information
• Contract Opportunity Type: Sources Sought (Original)
• All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
Classification
• Product Service Code (repair/overhaul) or Federal Stock Class (remanufacture)(https://
www.acquisition.gov):
• NAICS Code (https://www.sba.gov/document/support-table-size-standards):
The proposed North American Industry Classification Systems (NAICS) Code has a corresponding Size
Standard of employees. The Government is interested in all businesses to include, Large
Business, Small Business, Small Disadvantaged Businesses 8(a)s, Service-Disabled Veteran-Owned
Small Businesses, Hubzone Businesses, and Women-Owned Small Businesses.
• Place of Performance: Tinker AFB, OK 73145 USA
Platform: B-1
CONTACT INFORMATION (Fill out by Squadron)
SEND RESPONSES HERE
Organization: 423 SCMS
Workflow email: 422.SCMS.AFMC.RFI@us.af.mil
NAICS: 336413
423rd SCMS
422.SCMS.AFMC.RFI@us.af.mil
Part Number NSN Estimated Repair Requirement
PURPOSE/DESCRIPTION
INTERESTED SOURCES MUST SELECT “ADD ME TO INTERESTED VENDORS” BUTTON ABOVE OR
BELOW TO BE CONSIDERED PARTICIPANTS IN THIS MARKET RESEARCH EFFORT.
THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUESTS FOR A SOLICITATION WILL
NOT RECEIVE A RESPONSE.
This Sources Sought Synopsis (SSS) is in support of Market Research being conducted by the United States Air
Force to identify potential sources for the requirements identified below and to
determine if this effort can be competitive or a Small Business Set-Aside. The Government may consider
breaking the requirement out by airframe. This is not a Request for Proposal (or solicitation) or an indication
that a contractual commitment will exist for this requirement. The government does not intend to award a
contract on the basis of this market research. No funds are available to fund the information solicited.
The Government will use the information gathered through publication of this SSS to determine the best
acquisition strategy for this requirement. The Government is interested in all potential sources including
Small Businesses, Small Disadvantaged Businesses, 8(a) businesses, Service-Disabled Veteran-Owned Small
Businesses, HUBZone Small Businesses, Women-Owned Small Businesses, etc.
The Supply Chain Management Squadron located at Tinker Air Force Base is
requesting information, pursuant to FAR PART 10, in support of Market Research to identify potential
sources for the of the NSN(s) listed below.
REQUIREMENTS
The contractor shall be capable of furnishing all required labor, material, facilities and equipment to accomplish
repair, test, preservation and packaging, and return to the government a unit. Contractor
will be responsible for supply chain management, logistics, forecasting of parts, long-lead parts procurement,
reparable forecasting, obsolescence issues and delivery of completed assets.
The repair requirement for this effort is identified below:
Remanufacture
Remanufacture
423rd SCMS
424th SCMS
Part Number NSN Estimated Repair Requirement
L5875400-041 1650-01-342-9088 MIN/MAX= 5ea/250ea
L5875400-042 1650-01-342-9089 MIN/MAX= 5ea/250ea
L5876400-021 1650-01-193-2807 MIN/MAX= 3ea/30ea
L5876400-031 1650-01-184-8766 MIN/MAX= 3ea/50ea
like new condition
The government does have the associated technical data to provide to potential sources.
TECHNICAL DATA
Technical Orders applicable to this sources sought synopsis are as follows:
See Repair Data List (RDL) or List of TO's in list of attachments (if available)
Government provided data is annotated on the RDL attached to this posting. Absence of an RDL indicates the
Government cannot provide technical data and that potential sources are required to independently acquire the
necessary technical data to satisfy this requirement.
See Public Sales Fact Sheet embedded in list of attachments
Requests for TECHNICAL ORDERS should be submitted to the Tinker AFB Public Sales Office in accordance
with the instructions contained in the “TO Public Sales Fact Sheet”. Requests for TECHNICAL ORDERS need
to be emailed to AFLCMC.LZP.PUBSALES@us.af.mil Tinker AFB TO Public Sales Office Phone: (405)
736-3868/3197 or DSN: 336-3868/3197
See PubSalesForm Excel Spreadsheet embedded in list of attachments
If drawings are listed on RDL, requests for Engineering Drawings in response to SSS posting should be
submitted using the EXCEL spreadsheet and send to Tinker Engineering Drawings Public Sales Desk Email:
email ocalc.lgldo.public@us.af.mil Phone: 405-736-4676, or DSN: 336-4676
SOURCE APPROVAL
Potential sources wishing to be qualified to perform the requirement specified above are REQUIRED to complete a
Source Approval Request (SAR) package as specified in the Qualification Requirements for this item. QR's, if
applicable, are attached to this notice. The QR attached to this document is for reference only. The official synopsis
of the QR's for this item can be found by searching www.sam.gov/ for the keyword “Repair / Remanufacture
Qualification Requirements ”. Changes to the item list or QRs will be published
to the official solicitation, not this notice.
If class RQR’s are not applicable to part (RMSC codes applicable are: C, D, K, M, N, P, Q, R, S, V, and Z), attach
appropriate QR here.
See RQRs embedded in list of attachments
For Questions regarding the Tinker SAR Process or related issues, these inquiries should be submitted to the AFSC
Small Business Office at:
AFSC/SB
3001 Staff Drive, Suite 1AG 85A
Tinker AFB, OK 73145-3009
Email: afsc.sb.workflow@us.af.mil
Website: https://www.afsc.af.mil/units/sbo/index.asp
The actual SAR Package submission itself shall be submitted electronically through DoD SAFE https://
safe.apps.mil/. DoD SAFE is a safe and secure option for large file submissions. If you have a PKI Certificate, the
SAR can be sent directly to the POC email addresses below via DoD SAFE. If you do not have a PKI Certificate,
then you must send a standard email message to the POC email addresses below, and ask that they “Request a
Drop-Off” to your email address via DoD SAFE, which will enable you to be able to Upload the SAR Submission
Package documents to DoD SAFE.
429SCMS.SASPO.Workflow@us.af.mil and stacy.cochran@us.af.mil.
848-RQR
Estimated Solicitation Information
The government requests that interested parties respond to this notice if applicable and provide the
requested information in Part I below.
Part I. Business Information
Please provide the following business information for your company/institution and for any teaming or joint
venture partners:
• Company/Institute Name:
• Address:
• Point of Contact:
• CAGE Code:
• Phone Number:
• E-mail Address:
• Web Page URL:
• Size of business pursuant to North American Industry Classification System (NAICS) Code:
• Based on the above NAICS Code, state whether your company is:
(Yes / No)
(Yes / No)
(Yes / No)
(Yes / No)
(Yes / No)
(Yes / No)
• Service Disabled Veteran Small Business (Yes / No)
• Small Business
• Woman Owned Small Business
• Small Disadvantaged Business
• 8(a) Certified
• HUBZone Certified
• Veteran Owned Small Business
• Unique Entity ID (UEI)
• A statement as to whether your company is domestically or foreign owned (if foreign, please indicate the
country of ownership).
As stated above, this SSS is issued solely for informational and planning purposes, and no funds are available to
fund the information requested. The information in this notice is current as of the publication date but is subject
to change and is not binding to the Government. Oral submissions are not acceptable for any requested
information.
Please submit responses by:
Note: Potential interested sources should only submit the Part I BUSINESS Information to the contact email at
the beginning of the SSS. Any questions regarding this post may also be sent to that email. DO NOT
CONTACT THE ORIGINATOR OF THIS POST WITH QUESTIONS.
- CP 405 739 2048 3001 STAFF DR STE 1AC4 99A
- TINKER AFB , OK 73145-3303
- USA
- Shawn Peterman
- Shawn.Peterman@us.af.mil
- Phone Number 4057394466
- Apr 03, 2023 08:18 am CDTSources Sought (Original)
TRY FOR FREE
Not a USAOPPS Member Yet?
Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.