The RFP Database
New business relationships start here

J85-21, T5 Amplifier


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

  J85-21, T5 Amplifier, NSN 5996014695696OK, P/N 101E9880G01

 This is a Sources Sought Synopsis (SSS)/Request for Information (RFI) for market research purposes issued at Tinker Air Force Base (TAFB).  The purpose of this Sources Sought Synopsis is to determine if there are any businesses capable and interested in performing this effort.


 Solicitation NSN: 5996014695696OK


 This is a market research survey to determine the availability and adequacy of potential sources prior to determining an acquisition strategy and contract strategy.  There is no solicitation available at this time.  Requests for a solicitation will not receive a response.  The Air Force is seeking and is open to all types of small business participation. 


 This Sources Sought Synopsis is in support of MARKET RESEARCH being conducted by the United States Air Force to identify potential sources and if this effort can be competitive or a Small Business Set-Aside.


 The proposed North American Industry Classification Systems (NAICS) Code is 336412 which has a corresponding Size Standard of 1,500 employees.  The Government will use this information to determine the best acquisition strategy for this procurement.  The Government is interested in all businesses to include Small Businesses, Small Disadvantaged Businesses, 8(a), Veteran Owned Small Businesses, Service-Disabled Veteran-Owned Small Businesses, HUBZone Small Businesses, and Women-Owned Small Business concerns.  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. 


 Disclaimer:


 This SSS/RFI is issued solely for informational and planning purposes.  It does not constitute a solicitation (Request for Proposal or Request for Quotations) or a promise to issue a solicitation in the future.  As stipulated in FAR 15.201(e), responses to this notice are not considered offers, shall not be used as a proposal, and cannot be accepted by the Government to form a binding contract.  This SSS/RFI does not commit the Government to contract for any service whatsoever.  Responders are advised that the Government will not pay for any information or administrative costs incurred in response to this SSS/RFI.  Any resulting procurement action will be the subject of a separate, future announcement.  The information is provided for discussion purposes and any potential strategy for this acquisition may change prior to any solicitation release.


 Purpose:


 The information received will be utilized by the Air Force in developing its acquisition strategy, Statement of Objectives, Statement of Work, Purchase Description and Specification.  Any proprietary information that is submitted may be used as a general concept but specific information will be safeguarded as proprietary, if so marked and clearly identified in accordance with the applicable Government regulations.  The Government requests that non-proprietary information be submitted in response to this SSS/RFI.  However, should proprietary information be submitted, it should be marked "PROPRIETARY," and will be handled accordingly.  The Government shall not be liable for or suffer any consequential damages for any proprietary information not properly identified.


 The information in this notice is based on current information available.  This information is subject to change and is not binding to the Government.  Updated information will be provided in future announcements, if applicable and posted electronically on the Federal Business Opportunities website at www.fbo.gov.  Not responding to this Sources Sought does not preclude participation in any future solicitation, if one if issued.


 Interested persons may identify their interest and capability by responding to the SSS/RFI.  This notice of intent is not a request for competitive proposals.  A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government.  Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.  Specifications, plans, or drawings relating to the procurement described are incomplete or not available and cannot be furnished by the Government.


 The proposed acquisition is expected to be a Firm Fixed Price (FFP).  The contractor shall furnish all required labor, facilities, requirements type contract for a Period of Performance 2017 - 2022), equipment and material to accomplish the overhaul, test, packing, preservation and packaging and return the J85-21 T-5 Amplifier (DTAC) assets to the Government in a completely serviceable condition.  No technical data is available.  The Government does not own data rights or cannot obtain the data.  The Government WILL NOT BE ABLE TO PROVIDE MANUALS OR DRAWINGS FOR THIS REQUIREMENT.


 Program Requirements:


 Noun - Repair/Overhaul of DTAC


 NSNs - 5996-01-469-5696OK


 Part Numbers - 101E9880G01 

 Application - J85 -21 engines


 NAICS - 336412


 Delivery - Contractors are encouraged to state their estimated overhaul and delivery capabilities for the NSN listed.


 Required Information:


 The focus of this Sources Sought Synopsis is to provide for the repair/overhaul of J85 -21 Engine DTAC assets for the United States Air Force.  Interested sources must have the ability to perform all repair/overhaul processes in accordance with the applicable Technical Orders and possess any required FAA repair facility licensing.  Engineering has determined that qualification requirements cannot be established for these Critical Safety Items and a waiver has been approved by the head of the procurement activity pursuant to FAR 9.202(b)


 Responses are requested to be submitted no later than 3 March 2017.  Response submittals should be limited to ten pages and provide the following information for your company and for any teaming or joint venture partners:


 a) Name of company/Address


 b) CAGE Code (if available)


 c) DUNS Number


 d) Point of contact


 e) Phone and Fax number


 f) Email address


 g) Web page URL


 h) Size of Business (i.e. Large/small business, Small Disadvantaged Business, 8(a) concern, Minority-Owned Business), size relative to NAICS code 336412 (Small Business size standard 1,500 employees or less)


 i)  U.S. or Foreign-Owned entity


 Capabilities:


 a)  Current maximum monthly production capacity


 b)  Please indicate whether your interest in this is as a prime contractor or as a subcontractor


 c)  Provide your company's past experience on previous efforts similar in complexity to this requirement.  Include Government contract history, including contract numbers, a brief description of the work performed, period of performance, agency/organization supported and individual point of contact (Contracting Officer or Program Manager).


 d)  Documentation regarding capabilities and qualifications to overhaul the propulsion engine components listed in the PWS.


 e) Information regarding production lead time, and the status of the production line


 f) Rough Order of Magnitude (ROM) estimate for unit cost and schedule


 g) Are there specific requirements in the provided documentation that would currently preclude your company from being a viable source for this overhaul requirement?


 h)  Provide a description of your quality program (ISO 9000, QS-9000, EIA-599, or otherwise)


 Commerciality Questions:


 a)  Are there established catalogs or market prices for this service requirement?


 b)  If you offer this service to both U.S. Government and commercial customers, is the same workforce used for both the U.S. Government and general public?


 c)  Are your Overhaul processes/services offered to both U.S. Government and commercial customers under similar terms and conditions?  Briefly describe any differences.


 d)  Provide any recommendations and/or concerns


 Please note:  Emails containing file types such as: .zip, .xlsx, .docs, or other macro-enabled extensions, may not be delivered to the intended recipients.


 Respond directly to:  grace.mcginnis.1@us.af.mil


 Primary Point of Contact:


Grace McGinnis


Contracting Officer


Phone:  405-739-2128


Contracting Office Address:


AFSC/PZABC


3001 Staff Drive


Tinker AFB, OK  73145


US


Grace M McGinnis, Phone 4057392128, Email grace.mcginnis.1@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP