The RFP Database
New business relationships start here

E-3 Three Axis Trim Indicator NSN 6610-01-016-2019 P/N 10-60775-9


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

 

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 pre-solicitation Conference.  Consequently, potential sources for this effort typically would be companies who have a license or agreement with the Original Equipment Manufacturer (OEM) Boeing cage 81205 for P/N 10-60775-9 to complete the work described, including military specific modifications or a FAA certified repair stations who possesses specializing test equipment IAW Technical Order.

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, 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 partner.

 


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 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.

 


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:


 


Part Number                         NSN                              Estimated Repair Requirement


10-60775-9                  6610-01-016-2019                    One Year Contract:  3 each Total

 Please see the attached full Sources Sought


Chelsea R. O'Connor, Phone 405-734-8091, Email chelsea.oconnor.1@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP