Oklahoma Bids > Bid Detail

Engineering Services for B-2 Flight Control Computer (FCC) NSN 6610-01-372-5196FW, P/N 103E4050G2

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • R - Professional, Administrative and Management Support Services
Opps ID: NBD00159720679467814
Posted Date: Mar 22, 2023
Due Date: Apr 5, 2023
Solicitation No: FA811723SSS081
Source: https://sam.gov/opp/b03694813a...
Follow
Engineering Services for B-2 Flight Control Computer (FCC) NSN 6610-01-372-5196FW, P/N 103E4050G2
Active
Contract Opportunity
Notice ID
FA811723SSS081
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AFMC
Sub Command
AIR FORCE SUSTAINMENT CENTER
Office
FA8117 AFSC PZABA
Looking for contract opportunity help?

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.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Mar 22, 2023 08:06 am CDT
  • Original Response Date: Apr 05, 2023 02:00 pm CDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: R425 - SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:
    Oklahoma City , OK 73114
    USA
Description

Sources Sought for Engineering Services for B-2 Flight Control Computer (FCC)



NSN 6610-01-372-5196FW, P/N 103E4050G2



PURPOSE/DESCRIPTION



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 supporting services for the requirements identified below 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 422nd 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 to perform engineering services to resolve parts obsolescence and develop a sustainable solution for supportability and qualification of the Flight Control Computer (FCC) for the NSN 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 presolicitation Conference. The government does not have the associated technical data to provide to the contractors. No qualification requirements or Technical Orders exist. Consequently, potential contractors for this requirement would typically be companies who have a license or agreement with the Original Design Activity, Northrop Grumman Corporation, CAGE 22915 to complete the work described, including military specific modifications. The FCC component was originally manufactured by British Aerospace Engineering (BAE), CAGE 26548.



The proposed North American Industry Classification Systems (NAICS) Code is 541330, which has a corresponding Size Standard of $47M The Government is interested in all businesses to include, Large Business, Small Business, Small Disadvantaged Businesses 8(a)s, Veteran-Owned SB, Service-Disabled Veteran-Owned Small Businesses, Hubzone Businesses, and Women-Owned Small Businesses. The Government will use the information gathered through publication of this SSS to determine the best acquisition strategy for this requirement. The government requests that interested parties respond to this notice if applicable and provide the requested information in Part I and Part II below. Failure to provide documentation may result in the government being unable to adequately assess your capabilities. If you lack sufficient experience in a particular area, please provide details explaining how you would overcome the lack of experience/capabilities in order to perform that portion of the requirement (i.e., teaming, subcontracting, etc).



REQUIREMENTS



The contractor shall be capable of furnishing all required labor, material, facilities and equipment to accomplish the scope described in the “Purpose/Description” section above. Contractor will be responsible for supply chain management, logistics, forecasting of parts, long-lead parts procurement, obsolescence issues and delivery of serviceable assets.



Requirement for this effort is identified below:



Nomenclature NSN Part Number



B-2 Flight Control Computer 6610-01-372-5196FW 103E4050G2



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: 541330

  • Based on the above NAICS Code, state whether your company is:




  • Small Business (Yes / No)

  • Woman Owned Small Business (Yes / No)

  • Small Disadvantaged Business (Yes / No)

  • 8(a) Certified (Yes / No)

  • HUBZone Certified (Yes / No)

  • Veteran Owned Small Business (Yes / No)

  • Service Disabled Veteran Small Business (Yes / No)



· UEI _________________



· A statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership).



Part II. Survey Questions



1. Are you interested in this requirement as a Prime or a Subcontractor?



If subcontractor – what types of services do you consider your company capable of providing



2. Please submit details on your ability to provide either a copy of the Original Design Activity’s Item Drawing (including Applicable Documents, Requirements, Performance Criteria, Quality Assurance Provisions, Preparation for Delivery) or an Original Design Activity licensee agreement certifying your business is approved by the Original Design Activity to manufacture this item.



3. 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.



4. Are there established catalog or market prices for our requirement? Is our requirement offered to both under similar terms and conditions? Briefly describe any differences.



5. Describe your standard warranty and return process for goods and services furnished to the government for items similar in nature to this requirement.



GOVERNMENT CONTACTS



Please e-mail your response to 422.SCMS.AFMC.RFI@us.af.mil and advise if the requirements stated above can be met. 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.



Suspense for this document will be 14 days after posting.




Attachments/Links
Contact Information
Contracting Office Address
  • CP 405 739 3450 3001 STAFF DR STE 1AC4 97E
  • TINKER AFB , OK 73145-3303
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Mar 22, 2023 08:06 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.

Start Free Trial Today >