The RFP Database
New business relationships start here

NSN 6615-01-008-3298 P/N DR55B1


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

E-3, Box, Junction
NSN 6615-01-008-3298 P/N DR55B1


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 presolicitation 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 requirement would typically be companies who have a license or agreement with the Original Equipment Manufacturer (OEM) Honeywell Intl Inc., CAGE Code 55972 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 provide the requested information in Part I and Part II below.


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
DR55B1


NSN
6615-01-008-3298


Estimated Repair Requirement
10 per year for 10-year(s) = 100



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


Tech Order DATE
5A4-3-5-3 15 OCTOBER 1967


Part I. Business Information


Please provide the following business information for your company/institution and for any teaming or joint venture partners:


• Company/Institute Name:
• Address:
• Point of Contact:
• CAGE Code:
• Phone Number:
• E-mail Address:
• Web Page URL:
• Size of business pursuant to North American Industry Classification System (NAICS) Code:
• Based on the above NAICS Code, state whether your company is:
• Small Business (Yes / No)
• Woman Owned Small Business (Yes / No)
• Small Disadvantaged Business (Yes / No)
• 8(a) Certified (Yes / No)
• HUBZone Certified (Yes / No)
• Veteran Owned Small Business (Yes / No)
• Service Disabled Veteran Small Business (Yes / No)
• Central Contractor Registration (CCR) (Yes / No)
• A statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership).



Part II. Survey Questions



1. Please submit details on your ability to provide either 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.


2. 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.


3. Are there established catalog or market prices for our requirement? Is our requirement offered to both under similar terms and conditions? Briefly describe any differences.


4. Describe your standard warranty and return process for goods and services furnished to the government for items similar in nature to this requirement.


GOVERNMENT CONTACTS


Please e-mail your response to 422.SCMS.AFMC.RFI@us.af.mil and advise if the requirements stated above can be met. As stated above, this SSS is issued solely for informational and planning purposes, and 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 are not acceptable for any requested information.
Suspense for this document will be 30 days after posting.


 


Belinda K. Calvin, Contract Specialist, Phone 4057395410, Email belinda.calvin@us.af.mil - Jacob Brian Stephens, Contract Specialist, Phone 4057340298, Email jacob.stephens.5@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP