Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 22, 2025 SAM #8517
SOURCES SOUGHT

99 -- Flat Panel Up Front Controller (FPUFC) - Request for Information

Notice Date
3/20/2025 1:52:02 PM
 
Notice Type
Sources Sought
 
NAICS
811210 —
 
Contracting Office
FA8538 AFSC PZAAB ROBINS AFB GA 31098-1670 USA
 
ZIP Code
31098-1670
 
Solicitation Number
FD20602600011
 
Response Due
4/21/2025 2:00:00 PM
 
Archive Date
05/06/2025
 
Point of Contact
TRINITY CHOO, Tammy Jackson
 
E-Mail Address
trinity.choo@us.af.mil, tammy.jackson.3@us.af.mil
(trinity.choo@us.af.mil, tammy.jackson.3@us.af.mil)
 
Description
REQUEST FOR INFORMATION Flat Panel Up Front Controller (FPUFC) The Government is conducting market research to identify potential sources that possess the repair data, expertise, capabilities, and experience to meet qualification requirements to purchase the Flat Panel Up Front Controller (FPUFC). The National Stock Numbers (NSN) and Part Numbers (PN) are as follows: NSN 5895-01-530-1899FX, P/N A05A0249-12 The FPUFC is currently repaired by L-3 Aviation Products, INC (Cage Code 63516) under contract FA8538-21-D0001. The RMC/RMSC code for then FPUFC is R3/R. This service has been performed multiple times by L-3 Aviation Products, which is the original manufacturer of the FPUFC. The technical data required to organically repair or compete the repair is not owned by the Government and is uneconomical to acquire the data by purchase or to reverse engineer the item. No samples are available for potential suppliers to evaluate. Contractor shall furnish all material, support equipment, tools, test equipment, and services. The contractor is responsible for providing, maintaining, and calibrating all support equipment required at their facility or a subcontractor�s facility. Contractor furnished material or parts used for replacement shall equal or exceed the quality of the original material or parts. L-3 Aviation Products is the manufacturer of the FPUFC and the known sole source contractor for repair of this item. Contractors/Institutions responding to this market research are placed on notice that participation in this survey may not ensure participation in future solicitations or contract awards. The government will not reimburse participants for any expenses associated with their participation in this survey. FAR 52.215-3, Request for Information or Solicitation for Planning Purposes (Oct 1997) applies to this request for proposal: (a) The Government does not intend to award a contract on the basis of this request or to otherwise pay for the information solicited except as provided in subsection 31.205-18 Bid and Proposal (B&P) Costs, of Federal Acquisition Regulation (b) Although ""proposal"" and ""offeror"" are used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal. (c) This solicitation is issued for the purpose of: informational planning and budgetary forecasting by the government. INSTRUCTIONS: - The document(s) below contain a description of the FPUFC repair requirements and a Contractor Capability Survey. The Survey allows Contractors to provide their company�s capability. - If, after reviewing these documents, you desire to participate in the market research, you should provide documentation that supports your company�s capability in meeting these requirements. Failure to provide documentation may result in the government being unable to adequately assess your capabilities. If you lack sufficient experience in a particular area, please provide details explaining how you would overcome the lack of experience/capabilities in order to perform that portion of the requirement (i.e., teaming, subcontracting, etc.) a. Identify any areas of work that your organization believes should be broken out exclusively for Small Business. - Both large and small businesses are encouraged to participate in this Market Research. Joint ventures or teaming arrangements are encouraged. - Questions relative to this market survey should be addressed to Trinity Choo, Program Manager, 478-461-5977 or via email at trinity.choo@us.af.mil and CC Tammy.Jackson.3@us.af.mil and Phillip.Russell.9@us.af.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/446e4717790e491b99c7d51d6f5c3d4f/view)
 
Place of Performance
Address: Warner Robins, GA, USA
Country: USA
 
Record
SN07380302-F 20250322/250320230055 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.