F-100 220/229 Bearing Roller Cylinder for #1 & #4 Mainshaft Bearings
and F-100 220 Bearing Roller Cylinder for #2 & #3 Mainshaft Bearings
NSN: 3110-00-416-9422 P/N: 4018466; 4035597; 4061549; 4082584; 40607870; 4018467
NSN: 3110-00-345-6121 P/N: 4037050; 4000352; 4000425; 4053650; 4057331
NSN: 3110-00-345-6018 P/N: 4035594; 4035421; 4048700; 4058452; 4065349; 4056777
NSN: 3110-01-137-2472 P/N: 4059349; 4059297; 4059298; 4059299; 4061007
INTERESTED SOURCES MUST SELECT "ADD ME TO INTERESTED VENDORS" BUTTON ABOVE OR BELOW TO BE CONSIDERED PARTICIPANTS IN THIS MARKET RESEARCH EFFORT BY THE "CLOSING DATE" OF THIS NOTICE.
THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE.
PURPOSE
This Sources Sought Synopsis (SSS) is in support of market research being conducted by the United States Air Force (USAF). This market research is being conducted to notify potential sources of the upcoming requirement and to re-advertise the qualification requirements for the subject item. Additionally, this notice will gauge small business interest. The determination to make this acquisition a Small Business Set-Aside is dependent on the number of small businesses approved to satisfy this requirement.
The Government will use the information gathered through publication of this SSS to determine the best acquisition strategy for this requirement. The Government is interested in all potential sources including Small Businesses, Small Disadvantaged Businesses, 8(a) businesses, Service-Disabled Veteran-Owned Small Businesses, HUBZone Small Businesses, Women-Owned Small Businesses, etc.
Potential sources shall be capable of furnishing all labor, materials, facilities and equipment required to accomplish the overhaul of the item(s) listed below. Generally, the work to be accomplished includes disassembly, cleaning, inspection, assembly, testing, preservation, and packaging to return an unserviceable asset to a serviceable or like-new condition. Additionally, potential sources may be responsible for supply chain management, logistics planning, forecasting production requirements, long-lead time parts procurement, and shipping serviceable assets.
Potential sources may be responsible for nonrecurring engineering costs associated with becoming an approved source.
DESCRIPTION
North American Industry Classification System (NAICS) Code: 336412 (Aircraft Engine and Engine Parts Manufacturing)
SBA Size Standard: 1,500 employees
Requirement Information: Overhaul of the F-100 220/229 #1 and #4 Mainshaft Bearings and the F-100 220 #2 and #3 Mainshaft Bearings
PRODUCTION INFORMATION
P/N NSN Noun Est. Requirement
4018466 3110-00-416-9422 F100-220/229 #1 Bearing YR 1- 280
4035597 YR 2- 280
4061549 YR 3- 280
4082584 YR 4- 280
4060870 YR 5- 280
4018467
4037050 3110-00-345-6121 F100-220 #2 Bearing YR 1- 280
4000352 YR 2- 280
4000425 YR 3- 280
4053650 YR 4- 280
4057331 YR 5- 280
4035594 3110-00-345-6018 F100-220 #3 Bearing YR 1- 370
4035421 YR 2- 370
4048700 YR 3- 370
4058452 YR 4- 370
4065349 YR 5- 370
4056777
4059349 3110-01-137-2472 F100-220/229 #4 Bearing YR 1- 370
4059297 YR 2- 370
4059298 YR 3- 370
4059299 YR 4- 370
4061007 YR 5- 370
ESTIMATED SOLICITATION INFORMATION
Estimated Solicitation Date: 27 September 2019
Estimated Solicitation Closing/Response Date: 28 October 2019
PR#: FD2030-19-03042
CONTRACTOR CAPABILITY SURVEY & TECHNICAL DATA
Potential sources wishing to be qualified to perform the requirement specified above are REQUIRED to complete a Source Approval Request (SAR) package as specified in the Qualification Requirements for this item. QRs and Repair Data List (RDL), if applicable, are attached to this notice. The QR attached to this document is for reference only.
Government provided data is annotated on the RDL attached to this posting. Absence of an RDL indicates the Government cannot provide technical data and that potential sources are required to independently acquire the necessary technical data to satisfy this requirement. Vendors requesting Government-provided technical data should specifically review section 9 of the QR. Requests for technical data in response to this SSS posting should be submitted to the Tinker TO Public Sales Office at AFLCMC.ezgtp.PubSale@us.af.mil.
SAR packages and SAR-process questions should be submitted to the AFSC Small Business Office at:
AFSC/SB
3001 Staff Drive, Suite 1AG 85A
Tinker AFB, OK 73145-3009
Email: afsc.sb.workflow@us.af.mil
Website: http://www.tinker.af.mil/sbo.asp
NOTE: Potential sources should only submit SAR related questions to the above contact. Inquiries of a technical nature should be submitted to the cognizant engineering activity at 423SCMS.FedBizOps.Inquiries@us.af.mil.
Disclaimer:
This SSS is issued solely for informational and planning purposes. It does not constitute a solicitation (Request for Information, Request for Proposal, or Request for Quotation) or a promise to issue a solicitation in the future.
The information in this notice is based on current information as of the publication date. The information in this notice is subject to change and is not binding to the Government. If changes are made, updated information will be provided in future notices and will be posted on the Federal Business Opportunities website at www.fbo.gov. Responses to this SSS may or may not be returned. Contractors not responding to this SSS will not be precluded from participation in any future solicitation.
INTERESTED SOURCES MUST SELECT "ADD ME TO INTERESTED VENDORS" BUTTON ABOVE OR BELOW TO BE CONSIDERED PARTICIPANTS IN THIS MARKET RESEARCH EFFORT BY THE "CLOSING DATE" OF THIS NOTICE.
Metra Johnson, Contract Specialist, Phone 405-739-4106, Email metra.johnson@us.af.mil