Federal Bid

Last Updated on 17 Nov 2016 at 10 PM
Sources Sought
Location Unknown

REPAIR F-16 AVIONICS ACPDG, ACMFD, CCIU, and CDEEU

Solicitation ID REPAIR_F16_AVIONICS_ACPDG_ACMFD_CCIU_CDEEU
Posted Date 17 Nov 2016 at 10 PM
Archive Date Not Specified
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Aflcmc / Afsc / Afnwc - Hill Afb
Agency Department Of Defense
Location United states
   

1. NOTICE:  This is not a solicitation but rather a Sources Sought Synopsis (SSS) to determine potential sources for information and planning purposes only.  The purpose of this is to conduct market research to determine if responsible sources exist, to assist in determining if this effort can be competitive and/or a total small business set-aside. The proposed North American Industry Classification Systems (NAICS) Code is 811219, Other Electronic and Precision Equipment Repair and Maintenance with a corresponding size standard of $20.5M.  The Government will use this information to determine the best acquisition strategy for this procurement.  The Government is interested in all small business to include 8(a), Service-Disabled Veteran-Owned, Hubzone, and Women-Owned small business concerns.  The Government request all interested parties respond to this notice if they can meet the Government's need regardless of their size standard. 

2.  DESCRIPTION OF REQUIRED SUPPLIES:

Repair the following F-16 Avionic Line Replaceable Units (LRUs):

 

LRU

PN

NSN

Advanced Color Multi-Function Display (ACMFD)

MB383B-01

1260-01-517-4127

MB383B-20

1260-01-629-8084

Advanced Color Program Display Generator (ACPDG)

MB391C-03

1280-01-517-2720

MB391C-20

1280-01-600-0988

MB391C-40

1280-01-600-0813

Common Central Interface Unit (CCIU)

MB332A-03

1290-01-523-9628

MB332A-04

1260-01-592-8404

Common Data Electronic Entry Unit (CDEEU)

MB025A-32H

7025-01-516-1147

 

The Government does not own any data rights to repair the ACMFDs, ACPDGs, and CCIUs however, the Government does have licensed data rights to provide depot level repair for non-warranted CDEEUs.  Parties interested in repairing the ACMFD, ACPDG, CCIU, and CDEEU will be required to become a qualified source.  If the offeror is able to develop or obtain the data, manuals, and technical orders from another party, they must be able to demonstrate that they have access to such resources and the legal rights to repair ACMFDs, ACPDGs, and CCIUs. 

3.  CONTRACT TYPE:  The anticipated contract type is 5 Year Indefinite Delivery Contract (IDC) Requirement FFP

 

4.  INSTRUCTIONS:  The Government requests interested parties to submit a brief statement of their capability to meet the above requirement.  Please send your response to the Contracting Specialist Ryan Walker at [email protected] by Monday, 19 December 2016, 1:00 PM MST.

•1.                    What is your company's name, CAGE code, and DUNS number?

•2.                    Is your company a small business for this NAICS Code?  If your company is a small business, is it also a women owned business, small disadvantaged business, 8a business,  HUB Zone business,  service disabled veteran owned business,  etc.?

•3.                    Have you repaired same or similar parts and were they to commercial customers?  Please list contract number, value, period of performance or delivery date, customer's point of contact information, item name, National Stock Number (NSN), part number, and repair prices.    

•4.                    Would your firm actually perform the analysis and repairs or subcontract them out and would it be to small business firm(s)?  What work and percentage would be subcontracted out and remain in house?   

•5.                    What other NAICS code do you suggest for this acquisition and why?

•6.                    Is there a GSA Schedule for this part?  If so, what is the GSA Schedule number?

•7.                    What is the anticipated lead time for each type of repair?

•8.                    Discuss any concerns you may have with our requirement or how you would better able to meet our requirement.  In addition, what is the best contract model/structure to repair the parts that offers the best value to the Government?  Please include factual rational.

Finally, please provide any anticipated Teaming Arrangements and with what firm(s).  Please provide their capability statement.  Any responses involving teaming arrangements should delineate between work that will be accomplished by the prime and the work accomplished by the teaming partner(s) in the prime's capability statement.  

Bid Protests Not Available

Similar Past Bids

Hill air force base Utah 18 Aug 2021 at 7 PM
Location Unknown 17 Nov 2016 at 10 PM
Location Unknown 17 Jul 2014 at 8 PM
Location Unknown 26 Feb 2003 at 5 AM

Similar Opportunities