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 vendors 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 421st SCMS/GUMBB 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 manufacture of the NSN(s) listed below. The government will use this information to determine the best future acquisition strategy for this procurement. The government does not have the associated technical data to provide to potential sources. No qualification requirements or Technical Orders exist. Consequently, potential sources for this effort typically would be companies who have a license or agreement with the Original Equipment Manufacturer (OEM) Unison Industries LLC (Unison) Cage 59501 to complete the work described, including military specific modifications.
The proposed North American Industry Classification Systems (NAICS) Code is 336412, which has a corresponding Size Standard of 1000 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 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 manufacturing the Vibrator Ignition for the F-108 Engine to provide the startup and continuous duty ignition on demand to the government for a completely serviceable unit. Contractor will be responsible for supply chain management, logistics, forecasting of parts, long-lead parts procurement, obsolescence issues and delivery of manufactured assets.
The government requests that interested parties respond to this notice in writing including details of your ability to provide a copy of the license from the F108 Engine Original Equipment Manufacturer (OEM). [JR1] This item must be acquired from the manufacturing source specified on the source control drawing 9238M66 approved by CFM International (CFMI). [JR2] The response must include an OEM licensee agreement certifying your business is approved by the OEM to supply/provide this equipment.
The specific requirement for this effort is found the table below. The item is a Vibrator Ignition for the F108 Engine. The estimated quantity is 587 EA.
Noun |
Manufacture of NSN |
Part No. P/N |
Application |
Vibrator Engine |
2925-01-443-5601PN |
9238M66P08 (vendor P/N) 10-631045-2 |
F108 Engine |
Please e-mail your response advising if the requirements stated above can be met to the following address: Shelli.simmons[JR3] @us.af.mil. This SSS is issued solely for informational and planning purposes. 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 of information are not acceptable.
Submit the following information also:
•- Company Name and Address
•- Cage Code
•- DUNs Number
•- Company business size by NAICS code
•- Small Business Type (s), if applicable
•- Point of Contact for questions and/or clarification
•- Telephone Number, fax number, and email address
•- Web Page URL
•- Teaming Partners (if applicable)
•- OEM License/Agreement/Manual
Provide any recommendations and/or concerns.
Responses and/or questions to this synopsis will be posted through FBO.
Respond (along with the requested information) directly to: [email protected]
Primary Point of Contact:
Shelli Simmons
Contract Specialist
Phone: 405-734-4633
[JR1]They are to provide what?
[JR2]Who is the OEM, Unison or CFMI?
[JR3]Is this correct?