Remanufacture of Asymmetry Slat/Flap Brake Sensors
Platform: B1 NSN: 1680-01-205-7553RK 1680-01-148-4139RK
P/N: NF53500-05A NF53500-06A NF53500-07A
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AFMC
Sub Command
AIR FORCE SUSTAINMENT CENTER
Requirement Office 423rd SCMS
General Information
- Contract Opportunity Type: Sources Sought (Original)
- All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
Classification
- Product Service Code (repair/overhaul) or Federal Stock Class (remanufacture)(https:// www.acquisition.gov): Remanufacture (1680)
- NAICS Code (https://www.sba.gov/document/support-table-size-standards): 336412
The proposed North American Industry Classification Systems (NAICS) Code has a corresponding Size
Standard of 1500 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.
- Place of Performance: Tinker AFB, OK 73145 USA
CONTACT INFORMATION (Fill out by Squadron) Organization: 423rd SCMS
Workflow email: 423scms.guea.worflow@us.af.mil
SEND RESPONSES HERE
PURPOSE/DESCRIPTION
INTERESTED SOURCES MUST SELECT “ADD ME TO INTERESTED VENDORS” BUTTON ABOVE OR BELOW TO BE CONSIDERED PARTICIPANTS IN THIS MARKET RESEARCH EFFORT.
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 remanufacture sources for the requirements identified below and to determine if this effort can be competitive or a Small Business Set-Aside. The Government may consider breaking the requirement out by airframe. 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 Government will use the information gathered through publication of this SSS to determine the best acquisition strategy for this requirement. The Government is interested in all potential sources including Small Businesses, Small Disadvantaged Businesses, 8(a) businesses, Service-Disabled Veteran-Owned Small Businesses, HUBZone Small Businesses, Women-Owned Small Businesses, etc.
The 423rd SCMS 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 Remanufacture of the NSN(s) listed 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 like new condition unit. Contractor will be responsible for supply chain management, logistics, forecasting of parts, long-lead parts procurement, reparable forecasting, obsolescence issues and delivery of completed assets.
The repair requirement for this effort is identified below:
Part Number NSN Estimated Repair Requirement
NF53500-05A 1680-01-205-7553 14ea per year
NF53500-06A 1680-01-148-4139 18ea per year
NF53500-07A 1680-01-149-3134 21ea per year
NF53500-08A 1680-01-148-4140 20ea per year
TECHNICAL DATA
The government does have the associated technical data to provide to potential sources.
Technical Orders applicable to this sources sought synopsis are as follows:
See Repair Data List (RDL) or List of TO's embedded in this document (if available)
Government provided data is annotated on the RDL attached to this posting. Absence of an RDL indicates the Government cannot provide technical data and that potential sources are required to independently acquire the necessary technical data to satisfy this requirement.
See Public Sales Fact Sheet embedded in this document
Requests for TECHNICAL ORDERS should be submitted to the Tinker AFB Public Sales Office in accordance with the instructions contained in the “TO Public Sales Fact Sheet”. Requests for TECHNICAL ORDERS need to be emailed to AFLCMC.LZP.PUBSALES@us.af.mil Tinker AFB TO Public Sales Office Phone: (405)
736-3868/3197 or DSN: 336-3868/3197
See PubSalesForm Excel Spreadsheet embedded in this document
If drawings are listed on RDL, requests for Engineering Drawings in response to SSS posting should be submitted using the EXCEL spreadsheet and send to Tinker Engineering Drawings Public Sales Desk Email: email ocalc.lgldo.public@us.af.mil Phone: 405-736-4676, or DSN: 336-4676
SOURCE APPROVAL
Potential sources wishing to be qualified to perform the requirement specified above are REQUIRED to complete a Source Approval Request (SAR) package as specified in the Qualification Requirements for this item. QR's, if applicable, are attached to this notice. The QR attached to this document is for reference only. The official synopsis of the QR's for this item can be found by searching www.sam.gov/ for the keyword “Repair / Remanufacture
Qualification Requirements other ”. Changes to the item list or QRs will be published to the official solicitation, not this notice.
If class RQR’s are not applicable to part (RMSC codes applicable are: C, D, K, M, N, P, Q, R, S, V, and Z), attach appropriate QR here.
See RQRs embedded in this document
For Questions regarding the Tinker SAR Process or related issues, these inquiries should be submitted to the AFSC Small Business Office at:
AFSC/SB
3001 Staff Drive, Suite 1AG 85A
Tinker AFB, OK 73145-3009
Email: afsc.sb.workflow@us.af.mil
Website: https://www.afsc.af.mil/units/sbo/index.asp
The actual SAR Package submission itself shall be submitted electronically through DoD SAFE https:// safe.apps.mil/. DoD SAFE is a safe and secure option for large file submissions. If you have a PKI Certificate, the SAR can be sent directly to the POC email addresses below via DoD SAFE. If you do not have a PKI Certificate, then you must send a standard email message to the POC email addresses below, and ask that they “Request a Drop-Off” to your email address via DoD SAFE, which will enable you to be able to Upload the SAR Submission Package documents to DoD SAFE.
429SCMS.SASPO.Workflow@us.af.mil and stacy.cochran@us.af.mil.
Estimated Solicitation Information
The government requests that interested parties respond to this notice if applicable and provide the requested information in Part I below.
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)
- Unique Entity ID (UEI)
- A statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership).
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.
Please submit responses by:
Note: Potential sources should only submit questions regarding this post to the above email address. DO NOT
CONTACT THE ORIGINATOR OF THIS POST WITH QUESTIONS.