The RFP Database
New business relationships start here

B-2 Touch Screen Computer


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

 
B-2

Touch Screen Computer

NSN 7021-01-598-7106

 


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 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 424 SCMS 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/overhaul/re-manufacture 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 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 (iTechLCD) Cage: 05HA6, 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 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 repair/overhaul/re-manufacture, 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 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 the table below.  The item is an Electronic Test Set that is test equipment for the B-2.

Part Number                           NSN                             Estimated Repair        QTY (Per Year)

Requirement

 


71300-301-1                7021-01-598-7106      Yr 1 - $30,000            3


                                                                        Yr 2 - $30,000            3


                                                                        Yr 3 - $30,000             3


                                                                        Yr 4 - $30,000            3


                                                                        Yr 5 - $30,000            3


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


Tech Order                 DATE


N/A


Please e-mail your response advising if the requirements stated above can be met to the following address: 424.SCMS.AFMC.RFI.Responses@tinker.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.


Responses and/or questions to this synopsis will be posted through FBO.


Respond (along with the requested information) directly to: 424.SCMS.AFMC.RFI.Responses@tinker.af.mil


Primary Point of Contact:

Tyrell Wolfe

Production Management Specialist

424 SCMS / GUME

405-739-7751


Tyrell Wolfe, Project Manager, Phone 405-736-3388, Email tyrell.wolfe@tinker.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP