The RFP Database
New business relationships start here

F-16 Throttle Grip


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

SOURCES SOUGHT SYNOPSIS:

Solicitation Numbers: Notice Type:

Current FA8232-19-R-F16-THROTTLEGRIP-SSS Sources Sought

Previous FA8232-18-R-THROTTLEGRIP-SSS Sources Sought

PLEASE READ THE FOLLOWING PARAGRAPHS BEFORE REVIEWING SECTIONS 1-12:
If your company responded to the previous FA8232-18-R-THROTTLEGRIP-SSS sources sought synopsis and all the information that was provided is still accurate and current, please email the Contracting Officers (listed below) and state that. You are also encouraged to answer the question in section 10. Sections 10 through 12 still apply to all responses. If any information has changed, please identify what changed from the previous response. If no response is received, the Government will assume your company is no longer interested or do not have the capabilities to complete the requirement.

All companies that have not responded to the pervious FA8232-18-R-THROTTLEGRIP-SSS sources sought synopsis, please provide a response to the following sources sought synopsis.

This Throttle Grip sources sought synopsis contains a controlled distribution technical data package. This technical data package will be provided to eligible companies, who have active SAM accounts, upon request. To request the technical data, email your company name and CAGE code to Contracting Specialist Aaron Barry at aaron.barry.1@us.af.mil.

FA8232-19-R-F-16-THROTTLEGRIP-SSS:

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 which has a corresponding Size standard of 1,250. 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.
This is a Sources Sought Synopsis (SSS) only

2. This SSS is issued solely for information and planning purposes - it does not constitute a Request For Proposal (RFP) or a promise to issue an RFP in the future. This SSS does not commit the U.S. Government to contract for any supply or service whatsoever. This is a sources sought only, which, as part of market research, is being issued in accordance with (IAW) Federal Acquisition Regulation (FAR) subpart 15.201(e).


3. Respondents should recommend small business utilization percentages as a percent of total contract value to be considered. This recommendation should include supporting rationale for the recommended percentage. Additionally, recommend any potential effort(s) that may be broken out of this requirement.


4. The F-16 Program Office (AFLCMC/WWM) representatives may or may not choose to hold Industry Days. Such discussions would only be intended to get further clarification of potential capability to meet the requirements


5. Program Details: The purpose of this Sources Sought is to provide industry with a "first look" into the USAF F-16 Throttle Grip drawings, and request interested companies provide the Government team with information about their capabilities and interest in producing these new assemblies as needed without the use of provided Government Furnished Equipment. Our goal is to develop a list of interested parties; determine competitive and/or Small Business Set-Aside opportunities; and apply this information to craft an effective acquisition and source selection strategy for the production phase of the program.

6. Program Description: The Throttle Grips, part numbers 16P1873-889 and 16P1873-XXX, are major end items/components within the aircraft. The throttle grip provides control to various on-board systems by housing analog switches to allow hands on/heads up control of the systems. These units will replace older versions of the throttle grip that cannot support future mission requirements concerning the switches that are on the older grips. Additionally, USAF F-16D aircraft will utilize a variant of the 16P1873-889 (16P1873-XXX) that utilize the speed brake switch currently found in the 16P1873-851 throttle grip.

Attachments Provided:

a. Drawings


7. The Contractor will be screened through the Industrial Security Facility Database (ISFD) by the F-16 Security Officer, Mr. Jimmy Perkins, to verify the Contractor's ability to handle export controlled information. Additionally, contractor shall provide a CAGE code, and a completed DD form 2345. Also a DD Form 254 may be required to gain access to the TDP in Joint Controlled Program (JCP) and Defense Logistical Information Screen (DLIS).


This Sources Sought supports the manufacturing, assembly (kitting), and delivery of USAF F-16 Throttle grips.

There is no limit to how much information interested parties wish to provide.

8. If, after reviewing this information you desire to respond to the SSS, you should provide documentation that supports your company's capability to meet these requirements. Companies may be contacted for further information or clarification; however, failure to provide documentation may result in the U.S. Government being unable to adequately assess your capabilities. If you lack sufficient experience in a particular area, please provide details explaining how your company would overcome the lack of experience/capabilities in order to perform that portion of the requirement (i.e., teaming, subcontracting, etc.). Documentation describing your company's capability should be provided in the form of a white paper.
a. Brief description of your company, with points of contact information
b. Current business classification (e.g., Large, Small, Disadvantaged)
c. Functional activity you are considering to support.
d. Describe your company's past experience on previous projects for the U.S. Government similar in complexity to this requirement. Include 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).


9. On the following pages is the Contractor Capability Survey which allows you to provide your company's capability.



CONTRACTOR CAPABILITY SURVEY
Throttle grip


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:


Based on the above NAICS Code, state whether your company is:

• Small Business (Yes / No)
• Woman-Owned Small Business (WOSB) (Yes / No)
• Economically Disadvantaged Woman-Owned Small Business (EDWOSB) (Yes / No)
• 8(a) Certified (Yes / No)
• HUBZone Certified (Yes / No)
• Veteran Owned Small Business (Yes / No)
• Service Disabled Veteran Small Business (Yes / No)



*NOTE: All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. The NAICS code for this requirement, if applicable to the company's capabilities, should be included in the company's NAICS code listing in SAM.


A statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership).


Non-Commerciality / Commerciality Questions:


a. Do you consider your solution non-commercial or commercial? Are there established catalog or market prices for our requirement? If your company offers this product and/or service to both U.S. Government and commercial sources, is the same workforce used for both the U.S. Government and general public? Is our requirement offered to both under similar terms and conditions? Briefly describe any differences.
b. Describe your standard warranty and return process for goods and services furnished to the U.S. Government for items similar in nature to this requirement.


10. Is your company the OEM or a distributor? If your company is a distributor, please provide a short summary of what value your company is adding or if your company is providing a straight pass-through?


11. Questions related to this market survey should be addressed to Contracting Officer Corey Muir at corey.muir@us.af.mil and Contracting Specialist Aaron Barry at aaron.barry.1@us.af.mil.


12. If your company responded to the previous FA8232-18-R-THROTTLEGRIP-SSS sources sought synopsis and all the information that was provided is still accurate and current, please email the Contracting Officers (listed below) and state that. You are also encouraged to answer the question in paragraph 10. Sections 10 through 12 still apply to all responses. If any information has changed, please identify what changed from the previous response. If no response is received, the Government will assume your company is no longer interested or do not have the capabilities to complete the requirement.

All companies that have not responded to the pervious FA8232-18-R-THROTTLEGRIP-SSS sources sought synopsis, please provide a response to the sources sought synopsis above.

Please send one copy by e-mail (no more than 7MB) no later than 4:00 pm MST on 23 August 2019 to corey.muir@us.af.mil, aaron.barry.1@us.af.mil, indigo.blakely.3@us.af.mil, matthew.kuffer@us.af.mil, and monica.fuerst.1@us.af.mil.


Be advised that all correspondence sent via e-mail shall contain a subject line that reads, "Throttle grip - SSS." Note that, e-mail filters at Hill AFB are designed to filter e-mails without subject lines or with suspicious subject lines and/or certain attachments (i.e., .exe or .zip files). Therefore, if this subject line is not included, the e-mail may not get through the e-mail filters. Also be advised that .exe or .zip files are not allowable attachments and may be deleted by the e-mail filters at Hill AFB. If sending attachments with e-mail, ensure only .PDF, .doc, or .xls documents are sent. The e-mail filter may delete any other form of attachments.


Summary


THIS IS A SSS ONLY to identify sources that can provide Throttle Grips. The information provided in the SSS is subject to change and is not binding on the U.S. Government. The Air Force has not made a commitment to procure any of the items discussed, and release of this SSS should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become U.S. Government property and will not be returned.


Indigo Blakely, Contracting Specialist, Phone 8017777543, Email indigo.blakely.3@us.af.mil - Corey T Muir, Contracting Officer, Phone 8015862649, Email corey.muir@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP