Oklahoma Bids > Bid Detail

Remanufacture of F110-129 Sensors for FMS

Agency:
Level of Government: Federal
Category:
  • 28 - Engines, Turbines, and Components
Opps ID: NBD00159670161145248
Posted Date: Nov 14, 2023
Due Date: Nov 30, 2023
Source: https://sam.gov/opp/5415cf986c...
Follow
Remanufacture of F110-129 Sensors for FMS
Active
Contract Opportunity
Notice ID
FA812211012023
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AIR FORCE MATERIEL COMMAND
Sub Command
AIR FORCE SUSTAINMENT CENTER
Office
FA8122 AFSC PZAAB
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Nov 14, 2023 08:17 am CST
  • Original Published Date: Nov 14, 2023 08:07 am CST
  • Updated Response Date: Nov 30, 2023 04:00 pm CST
  • Original Response Date: Nov 30, 2023 04:00 pm CST
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Dec 15, 2023
  • Original Inactive Date: Dec 15, 2023
  • Initiative:
    • None
Classification View Changes
  • Original Set Aside:
  • Product Service Code: 2840 - GAS TURBINES AND JET ENGINES, AIRCRAFT, PRIME MOVING; AND COMPONENTS
  • NAICS Code:
    • 336412 - Aircraft Engine and Engine Parts Manufacturing
  • Place of Performance:
    Tinker AFB , OK 73145
    USA
Description

Remanufacture of F110-100 & F110-129 Sensors for the Foreign Military Sales (FMS) Partner Nations in the F110 International Engine Management Program (IEMP)



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 remanufacture sources and to determine if this effort can be competitive or a Small Business Set-Aside. 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 AFLCMC/LPSID organization located at Tinker Air Force Base is requesting information, pursuant to FAR PART 10, in support of Market Research to identify potential sources Remanufacture of F110-100 & F110-129 Sensors. National Stock Numbers (NSNs) listed below. The Government will use this information to determine the best future acquisition strategy for this procurement, inclusive of the need to do an Industry Day and/or Pre-solicitation Conference. The Government does not have the associated technical data to provide to potential sources. No qualification requirements or Technical Orders exist. Consequently, potential sources for this effort typically would be companies who have a license or agreement with the Original Equipment Manufacturer (OEM).



The proposed North American Industry Classification Systems (NAICS) Code is 336412, which has a corresponding Size Standard of 1,000 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, Hub-zone Businesses, and Women-Owned Small Businesses. 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.



The contractor shall be capable of furnishing all required labor, material, facilities and equipment to accomplish acquisition and packaging of completely serviceable units. Contractor will be responsible for supply chain management, logistics, forecasting of parts, long-lead parts procurement, reparable forecasting, obsolescence issues and delivery of serviceable assets. The government requests that interested parties respond to this notice in writing including details of your ability to either provide a copy of the OEM’s repair manual (including disassembly, repair, test and an illustrated parts breakdown including part numbers) or an OEM licensee agreement certifying your business is approved by the OEM to repair this equipment.



The specific requirement for this effort is found in the table below. The following items belong to the F110 Foreign Military Sales Propulsion program.





Technical Orders applicable to this sources sought synopsis are as follows: N/A



Please e-mail your response advising if the requirements stated above can be met to the following address: AFLCMC.LPSIRep-Ret.Workflow@us.af.mil. This SSS is issued solely for informational and planning purposes. 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 of information are not acceptable. Submit the following information also:




  • Company Name and Address

  • Cage Code

  • DUNs Number

  • Company business size by NAIC code

  • Small Business Type (s), if applicable

  • Point of Contact for questions and/or clarification

  • Telephone Number, fax number, and email address

  • Web Page URL

  • Teaming Partners (if applicable)

  • OEM License/Agreement/Manual



Provide any recommendations and/or concerns.



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 sources should only submit questions regarding this post to the above email address. DO NOT CONTACT THE ORIGINATOR OF THIS POST WITH QUESTIONS.


Attachments/Links
Contact Information View Changes
Contracting Office Address
  • CP 405 739 4437 3001 STAFF DR STE 1AG1 98C
  • TINKER AFB , OK 73145-3303
  • USA
Primary Point of Contact
Secondary Point of Contact


History

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.

Start Free Trial Today >