Sources Sought
1. NOTICE: This is not a solicitation but rather a Sources Sought Synopsis to determine potential sources for information and planning purposes only. Any information submitted by respondents to this sources sought synopsis is voluntary and will not be returned. The Government will not reimburse any costs incurred or associated with the submission of information in response to this notice.
1.1 The purpose of this Sources Sought is to conduct market research to determine if responsible sources exist in an effort to promote competition. The proposed North American Industry Classification Systems (NAICS) Code is 336412 - Aircraft Engine and Engine Parts Manufacturing, which has a corresponding Size standard of 1,500 employees. 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.
2. Program Details: The contractor shall provide Two (2) Eaton RTSK8-02-059 RYNGLOK Tool Kit and Two Hundred (200) Eaton R80101D08 Fitting(s) to be fabricated/manufactured and delivered to building 250 at Hill AFB, UT. Responses to this sources sought synopsis should include the following business information in addition to the capability statements:
1) Sources Sought Number
2) Company Name
3) SAM Number (UEI) or Cage number and is it active in the System for Award Management (SAM) database to be eligible for award.
4) Company Address
5) Company Points of Contact, Phone, FAX, and Email Address. POC's should include individual(s) who is(are) duly authorized in managing any/all technical issues and/or questions, and individual(s) who is(are) authorized in managing any/all contractual issues and/or questions.
6) Business size (i.e. small business, large business)
7) Provide a brief description, no more than 12 pages in total, of your company’s past experience on previous projects similar in complexity to this requirement to include:
a) Describe your company's capabilities and experience in providing RYNGLOK kits as described in the Product Description to the Government.
b) Are there specific requirements in the documentation that we provided that would currently preclude your company from being a viable solution to our requirement?
c) Discuss any RYNGLOK kits your company currently produces or distributes.
8) If there any questions with regards to the requirement please feel free to provide them as well.
The Government intends to solicit and award to a single source. The Government has been informed that there is only one authorized distibutor of RYNGLOK toolkits, and currently intends to award this project as Sole Source.
The proposed source is: AAR Defense Systems & Logistics, One AAR Place 1100 N. Wood Dale Rd. Wood Dale, IL 60191
All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency.
This effort will be for a firm fixed price one-time purchase.
The final date to submit questions for this Sources Sought is 03 Sept 2025, 5pm MST. Please submit all information to the following: AFSC OL:H/PZIMA, Attention: Kevin Hutchison, kevin.hutchison.2@us.af.mil or Devin Laughter, devin.laughter@us.af.mil