Sources Sought Synopsis for TF33 Engine, 2nd-4th Stage Turbine Nozzle Vanes, 21 NSNs (listed below).
This Sources Sought Synopsis (SSS) is in support of Market Research being conducted by the United States Air Force to identify potential remanufacture/repair sources for:
This is not a Request for Proposal (RFP)/solicitation or a promise to issue an RFP in the future. Responders are advised the Government will not pay for any information or administrative cost incurred in response to this SSS. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUEST FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE.
The 421st SCMS Propulsion 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 remanufacture/repair of the NSN(s) listed below. The qualification requirements have been synopsized by NSN on FedBizOpps.
The proposed North American Industry Classification Systems (NAICS) Code is 336412, which has a corresponding Size Standard of 1,000 employees. The Government is interested in all businesses to include, Large Business, Small Business, Small Disadvantaged Businesses, 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.
The contractor shall furnish all required labor, material, facilities and equipment to accomplish remanufacture/repair, test, preservation and packaging, and return to the Government in a completely serviceable condition, the items of the Air Force listed below.
The NSNs for Remanufacture/Repair of TF33 2nd-4th Stage Turbine Nozzle Vanes are listed below:
2nd Stg CL9
4th Stg CL5
3rd Stg CL3
3rd Stg CL1
2nd Stage CL10
2nd Stg Cl11
2nd Stg CL12
2nd Stg CL14
3rd Stg CL2
3rd Stg CL4
2nd Stg CL13
2nd Stg CL11
2nd Stg CL10
3rd Stg CL5
4th Stg CL7
4th Stg CL6
2nd Stg CL13
2nd Stg CL12
4th Stg CL8
2nd Stg CL9
2nd Stg CL10
2840-00-803-6721RV, 446952CL9/ 422552CL9/ 565752CL9/ 781252CL9/ 798452CL9
2840-00-962-1256RV, 565854CL5/ 495254CL/ 799554CL5/ 565754CL5/ 446954CL5/ 387254CL5/ 798454CL5
2840-00-962-1260RV, 495253CL3/ 565753CL3/ 781253CL3/ 799353CL3/ 565853CL3 /446953CL3/ 413853CL3
2840-00-962-1255RV, 781253CL1/ 495253CL1/ 565753CL1/ 799353CL1/ 565853CL1/ 446953CL1/ 413853CL1
2840-00-673-2210RV, 446952CL10/ 422552CL10/ 565752CL10/ 781252CL10/ 798452CL10
2840-00-757-0307RV, 446952CL11/ 422552CL11/ 565752CL11/ 781252CL11/ 798452CL11
2840-00-757-0303RV, 446952CL12/ 422552CL12/ 565752CL12/ 781252CL12/ 798452CL12
2840-00-757-0305RV, 446952CL14/ 422552CL14/ 565752CL14/ 781252CL14/ 798452CL14
2840-00-962-1259RV, 495253CL2/ 565753CL2/ 781253CL2/ 565853CL2/ 446953CL2/ 413853CL2
2840-00-962-1261RV, 495253CL4/ 565753CL4/ 781253CL4/ 799353CL4/ 565853CL4/ 446953CL4/ 413853CL4
413853CL4
2840-00-757-0304RV, 446952CL13/ 422552CL13/ 565752CL13/ 781252CL13/ 798452CL13/ 403352CL13
2840-00-966-3028RV, 565852CL11/ 489152CL11
2840-00-966-3027RV, 489152CL10/ 565852CL10
2840-00-962-1262RV, 781253CL5/ 495253CL5/ 565753CL5/ 799353CL5/ 565853CL5/ 413853CL5/ 781253CL5/ 446953CL5/
565753CL6/ 781253CL6/ 799353CL6/ 495253CL7/ 565753CL7/ 781253CL7
2840-00-962-1264RV, 565854CL7/ 495254CL7/ 799554CL7/ 565754CL7/ 446954CL7/ 387254CL7/ 798454CL7
2840-00-962-1263RV, 565854CL6/ 495254CL6/ 799554CL6/ 565754CL6/ 446954CL6/ 387254CL6/ 798454CL6
2840-00-966-3030RV, 489152CL13/ 565852CL13
2840-00-966-3029RV, 489152CL12 / 565852CL12
2840-00-962-1265RV, 565854CL8/ 495254CL8/ 799554CL8/ 565854CL9/ 495254CL9/ 799554CL9/ 565754CL9/ 446954CL9/
387254CL9
2840-00-966-8081RV, 489152CL9; 565852CL9
2840-00-673-2162RV, 446952CL15; 422552CL15; 565752CL15; 781252CL15; 798452CL15
URGENT ONE TIME FIXED QUANTITY PR #: FD2030-19-03037
FIVE-YEAR FOLLOW-ON CONTRACT PR #: FD2030-19-00838
Please email your response advising if you are an interested source to the Acquisition Program Manager at the following address: lourdes.sanitago@us.af.mil. Oral submissions of information are not acceptable.
Submit the following information also:
•- Company Name and Address
•- Cage Code
•- Company business size by NAIC code
•- Small Business Type (s), if applicable
•- Point of Contact for questions and/or clarification
•- Telephone Number and email address
Responses shall be submitted by 25 September 2019.
Lourdes Santiago, Acquisition Program Manager, Phone 4057348054, Email lourdes.santiago@us.af.mil