The RFP Database
New business relationships start here

B-052H / High Power Amplifier / NSN: 5996-01-384-9562FG / P/N: URA0240 L-400


Oklahoma, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

 
B-052H

High Power Amplifier

NSN: 5996-01-384-9562FG

P/N: URA0240 L-400

 


 


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 repair sources 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 for the repair of the NSN(s) 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 potential sources. No qualification requirements or Technical Orders exist.  Consequently, potential sources for this requirement would typically be companies who have a license or agreement with the Original Equipment Manufacturer (OEM) Herley, CAGE 0FST3 to complete the work described, including military specific modifications.

The proposed North American Industry Classification Systems (NAICS) Code is 336413, which has a corresponding Size Standard of 1,250 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. The government requests that interested parties respond to this notice if applicable and provide the requested information in Part I and Part II 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 completely serviceable unit.  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 repair requirement for this effort is identified below.


 





YEAR



BEQ



PERIOD OF DELIVERY/ PERFORMANCE DATES





BASIC



11



1Oct17



1Sep18






Please see attached document for more information.


Robert L. Westerman, Contract Specialist, Phone 4057394347, Email robert.westerman.4@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP