The RFP Database
New business relationships start here

KC-135 Test Stand Fixtures & Test Equipment Rudder PCU


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

1. NOTICE: This is not a solicitation but rather a Sources Sought Synopsis to determine potential sources for information and planning purposes only.

1.1 The purpose of this Sources Sought is to conduct market research to determine if responsible sources exist, to assist in determining if this effort can be competitive and/or a total Small Business Set-Aside. The proposed North American Industry Classification Systems (NAICS) Code is 336413 - Other Aircraft Parts and Auxiliary Equipment Manufacturing which has a corresponding Size standard of 1,250 Employees. The Government will use this information to determine the best acquisition strategy for this procurement. The Government is interested in all small businesses to include 8(a), Service-Disabled Veteran-Owned, HUBZone, 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.


2. Program Details:
Market Research is being conducted to seek qualified contractors other than PARKER HANNIFIN CORPORATION with the skills, knowledge, and resources required to transition new workload to Hill Air Force Base, Utah. The Government is seeking qualified contractors who can provide KC-135 Test Stand Fixtures & Test Equipment Rudder PCU to the 309th Commodities Maintenance Group (CMXG) at Hill Air Force Base.


The Air Force is in the process of preparing documentation to gain the required approval to issue a sole source request for proposal to PARKER HANNIFIN CORPORATION which has supported the Air Force in this capacity in the past. Statutory authority is 10 U.S.C. 2304 (C) (1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. The proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with only one, or a limited number of sources under the authority of FAR 6.302-1. This sources sought synopsis is for information and budget planning only and does not constitute a solicitation, nor is it to be construed as a commitment by the Government.


The Government intends to award a contract that provides Integrated KC-135 Test Stand Fixtures & Test Equipment Rudder PCU to the 309th Commodities Maintenance Group (CMXG). PARKER HANNIFIN CORPORATION is the only known source that has the requisite equipment expertise of executing these services with the OEM parts, tooling, and processes that will be used by the 309th Commodities Maintenance Group (CMXG).
Subject to the Government's consideration, a viable source, not already qualified to provide the requisite services should submit a concise, equipment specific and expertise response presenting sufficient information to substantiate that: (1) they possess the necessary skills and resources to procure OEM equivalent parts and the proprietary tooling used on KC-135 Test Stand Fixtures & Test Equipment Rudder PCU. (2) They possess the necessary knowledge, expertise and technical capability of providing standard repairs and maintenance of KC-135 Test Stand Fixtures & Test Equipment Rudder PCU. (3) They have the capability and demonstrated expertise to integrate and train the testing and repair processes.


This notice of intent is not a request for competitive proposals. The Air Force will not pay for the effort, associated costs to respond, or for any information provided.


A determination by the Government not to compete this proposed contract based upon responses to information received will be normally considered solely for the purpose of determining whether to conduct a competitive procurement.


Responses must be submitted by 5:00 p.m. MST on March 29, 2017, ATTN: Brent Rice, 5851 F Avenue, Bldg 849, Room C-12, Hill AFB, UT 84056-5805, or james.vaughan@us.af.mil. Questions will be accepted electronically directly from the requestor.


James S. Vaughan, Contracting Officer, Phone 8017755252, Email james.vaughan.6@us.af.mil - Tyler V Fitz, Contract Specialist, Phone 8017775486, Email tyler.fitz@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP