KC-135/C-130 Traffic Collision Avoidance System Vertical Speed Indicator NSN 6610-01-527-2395, P/N 066-01171-3706

SOL #: FA8117-17-SS-0023Sources Sought

Overview

Buyer

Buyer not available

Place of Performance

TINKER AFB, OK

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

Maint, Repair, Rebuild Equipment (J)

Set Aside

No set aside specified

Timeline

1
Posted
Aug 23, 2017
2
Response Deadline
Sep 1, 2017, 9:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

 

KC-135/C-130 Traffic Collision Avoidance System/

Vertical Speed Indicator (TCAS/VSI)

NSN 6610-01-527-2395 P/N 066-01171-3706

 

PURPOSE/DESCRIPTION

THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE.  This Sources Sought Synopsis is in support of Market Research being conducted by the United States Air Force to identify potential repair sources.  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 does not have the associated technical data to provide to potential sources.  Consequently, potential sources for this effort typically would be companies who have a license or agreement with the Original Equipment Manufacturer (OEM) Honeywell, Cage 27914 to complete the work described, including military specific modifications.  The Government will use this information to determine the best future acquisition strategy for this procurement. 

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, 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 either provide 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.

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               NSN                          Estimated Repair Requirement

066-01171-3706          6610-01-527-2395                  Basic year contract:    325 ea

 "                                 "                                              Option I:                     325 ea

"                                  "                                              Option II:                    325 ea

"                                  "                                              Option III:                  325 ea

"                                  "                                              Option IV:                  325 ea

"                                  "                                              Option V:                    325 ea

066-01171-3706          6610-01-527-2395                  Option VI:                  325 ea

 

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

Tech Order                DATE

N/A                             N/A

People

Points of Contact

Files

Files

Download

Versions

Version 1Viewing
Sources Sought
Posted: Aug 23, 2017
KC-135/C-130 Traffic Collision Avoidance System Vertical Speed Indicator NSN 6610-01-527-2395, P/N 066-01171-3706 | GovScope