The RFP Database
New business relationships start here

Repair of B-2 Tailpipes


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

 
  

Repair of B-2 Tailpipes

 This Sources Sought Synopsis (SSS) is in support of Market Research being conducted by the United States Air Force to identify potential repair sources 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 424 SCMS 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 NSNs 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.  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 effort typically would be companies who have a license or agreement with the Original Equipment Manufacturer: Northrop Grumman Cage 1W025 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 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.


  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 provide a copy of the OEM's repair manual (including disassembly, repair, test and an illustrated parts breakdown including part numbers) and an OEM licensee agreement certifying your business is approved by the OEM to repair this equipment.


The specific requirement for this effort is found in the table below.  The items are part of the tailpipe for the B-2. 


 


Part Number                                     NSN                              Estimated Repair Requirement


DAA3213A302-011              1560-01-461-7875 FW                       6 Months:       11 each          


DAA3213A302-010               1560-01-461-7889 FW                       6 Months:       6   each


DAA3213A302-09                 1560-01-461-9490 FK                        6 Months:       6   each


DAA3213A302-007               1560-01-463-1003 FW                       6 Months:       2   each


DAA3213A301-035               1560-01-464-5559 FW                       6 Months:       4   each


DAA3213A301-036               1560-01-465-0736 FW                       6 Months:       14 each


DAA3213A302-012               1560-01-461-7891 FW                       6 Months:       11 each          


                       


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


Tech Order                DATE


N/A


Please e-mail your response advising if the requirements stated above can be met to the following address: 424.SCMS.AFMC.RFI.Responses@tinker.af.mil  This SSS is issued solely for informational and planning purposes.  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 of information are not acceptable.     


 


Submit the following information also:

•-          Company Name and Address

•-          Cage Code

•-          DUNs Number

•-          Company business size by NAIC code

•-          Small Business Type (s), if applicable

•-          Point of Contact  for questions and/or clarification

•-          Telephone Number, fax number, and email address

•-          Web Page URL

•-          Teaming Partners (if applicable)

•-          OEM License/Agreement/Manual

Please answer the following questions:

 

As a small or large business, do you believe conditions exist for a small business set-aside in accordance with FAR 19.502-3(a) for any portion of the requirement described above?  If yes, please indicate which portion of the requirement and the most appropriate NAICS code for each portion. 

 

Of the portion of work you identified as having the potential to be small business set-aside, are you most interested in performing as a prime contractor or subcontractor for the requirement described above and indicate whether you would qualify as a small or large business under the NAICS code you believe is most appropriate?

 

If you are a small business, of the portion of work you identified as having the potential to be partially set-aside, are you capable of performing at least 50% of the work, in order to comply with FAR Clause 52.219-14, specifically 52.219-14(c)(1), "At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern."

 

If you are a small business interested in performing a portion of the requirement as a set- aside, provide a brief summary of your company's experience and past performance within the past three years as a prime contractor as it relates to the magnitude of this anticipated requirement and/or the portion of the work you identified as having the potential to be partially set-aside.

 


If a large business, relative to NAICS Code 336413, submit the reasonable expectation of subcontracting opportunities for small business concern(s) to provide materials, parts and/or services in support of your capabilities to repair the NSN listed above.


 

Do you have any other thoughts or suggestions on ways to increase small business participation in this requirement?


 


Provide any recommendations and/or concerns.


Responses and/or questions to this synopsis will be posted through FBO.


Respond (along with the requested information) directly to: 424.SCMS.AFMC.RFI.Responses@tinker.af.mil


The response date is 6 July 2018.


Primary Point of Contact:

Robyn Harrell

Production Management Specialist

424 SCMS / GUME

405-736-7637


Robyn Harrell, Production Management Specialist, Phone (405) 736-7637, Email robyn.harrell@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP