Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 03, 2025 SAM #8529
SOURCES SOUGHT

J -- Repair of the B-2 Data Entry Panel, NSN 5895-01-527-7727FW

Notice Date
4/1/2025 8:28:19 AM
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
FA8119 AFSC PZABC TINKER AFB OK 73145-3015 USA
 
ZIP Code
73145-3015
 
Solicitation Number
FD20302501608
 
Response Due
5/1/2025 1:00:00 PM
 
Archive Date
05/16/2025
 
Point of Contact
424th, Jaclyn Christensen
 
E-Mail Address
424SCMS.GUEA.RFIResponses@us.af.mil, jaclyn.christensen@us.af.mil
(424SCMS.GUEA.RFIResponses@us.af.mil, jaclyn.christensen@us.af.mil)
 
Description
Repair of B-2 Data Entry Keyboard (DEP) NSN: 5895-01-527-7727FW P/N: 160749-08-01 PURPOSE/DESCRIPTION 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 repair sources for the requirements identified below and to determine if this effort can be competitive or a Small Business Set-Aside. 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 424th 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 will use this information to determine the best future acquisition strategy for this procurement, inclusive of the need to do an Industry Day and/or presolicitation Conference. The government does not have the associated technical data (RDL) to provide to potential sources. Qualification Requirements (RQR-848) apply, therefore, a Source Approval Request (SAR) package can be submitted. Information on how to submit a SAR is located below. Consequently, potential sources for this repair requirement would typically be companies who have a license or an agreement with the Original Equipment Manufacturer (OEM) GE Aviation Systems LLC, CAGE 35351, to complete the work described. Generally, the work to be accomplished includes disassembly, cleaning, inspection, assembly, testing, preservation, and packaging to return an unserviceable asset to a serviceable or like-new condition. 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, Large Business, 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 provide the requested information in Part I and Part II below. Potential sources may be responsible for nonrecurring engineering costs associated with becoming an approved source. 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. Must have access to the data (OEM has all data rights). Must have facilities and special tooling required to perform the work. Must have personnel capable of performing work or be able to appropriately train personnel. The government requests that interested parties respond to this notice in writing including details of your ability to provide a copy of the OEM�s repair manual (including disassembly, repair, test and an illustrated parts breakdown including part numbers) and an OEM licensee agreement certifying your business is approved by the OEM to repair this equipment. The repair requirement for this effort is identified below: Noun: B-2 Data Entry Keyboard Description: The Data Entry Keyboard is used on the B-2 Aircraft, and has low observable properties that are only applicable to military applications. Part Number NSN Estimated Repair Requirement 160749-08-01 5895-01-527-7727FW 5 Basic year contract: 50 EA Option 1- 5 Year Contract : 50 EA Technical Orders applicable to this sources sought synopsis are as follows: Tech Order DATE 12R2-4-310-3-WA-1, Document Title: Technical Manual, Overhaul Instructions, Depot Maintenance, Data Entry Panel, 160749-07-01, 160749-08-01 27 Mar 2008 12R2-4-310-4-WA-1, Document Title: Illustrated Parts Breakdown, Depot Maintenance, Data Entry Panel, 160749-07-01, 160749-08-01 01 Aug 2008 SAR packages and SAR-process questions 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 We ask that all SAR packages be submitted electronically through DoD SAFE https://safe.apps.mil/. DoD SAFE is a safe option for large files. If you have a PKI certificate you can send directly to the POCs below; if you do not then �request a drop-off� by sending an emails message to: 429SCMS.SASPO.Workflow@us.af.mil or stacy.cochran@us.af.mil. NOTE: Potential sources should only submit SAR related questions to the above contact. Inquiries of a technical nature should be submitted to the cognizant engineering activity at 424SCMS.GUEA.RFIResponses@us.af.mil . 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) Central Contractor Registration (CCR) (Yes / No) A statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership). Part II. Survey Questions Describe your services capabilities and experience with regard to the requirements of this effort. Describe your capabilities and experience in developing/modifying repair or maintenance procedures. Include associated upgrade of technical orders and preparation of new technical orders. Demonstrate your ability and experience for the same or similar services, which are currently provided in the commercial and/or military environment by providing the following information on the same or similar items: Contract Number Procuring Agency Contract Value Services Provided What quality assurance processes and test qualification practices does your company employ? Please provide a description of your quality program (ISO 9001, AS9100m etc.) Describe your configuration management processes and how you identify and resolve parts obsolescence and diminishing manufacturing sources problems? Describe your process for maintaining inventory records and reporting on hand/in work balances and repair status to your customer. Describe your process for maintaining inventory records and reporting on hand/in work balances and repair status to your customer. How will your organization address the absence of drawings, specifications, technical data, test procedures, etc. GOVERNMENT CONTACTS Please e-mail your questions and/or response to 424SCMS.GUEA.RFIResponses@us.af.mil and advise if the requirements stated above can be met. 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 1 May 2025 Note: Potential souces should only submit questions regarding this post to the above email address. DO NOT CONTACT THE ORIGINATOR OF THIS POST WITH QUESTIONS.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/3e23fa86e59e4fca8b3a1c8cfb9644a6/view)
 
Place of Performance
Address: Tinker AFB, OK, USA
Country: USA
 
Record
SN07394079-F 20250403/250401230055 (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.