REPAIR F-16 CFCC LRUs
SOURCES SOUGHT SYNOPSIS:
Notice Type: Sources Sought
Synopsis:
1. NOTICE: This is not a solicitation but rather a Sources Sought Synopsis 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 businesses to include 8(a), Service-Disabled Veteran-Owned, HUBZone, and Women-Owned small business concerns. The Government request all interested parties to respond to this notice if they can meet the Government's need regardless of their size standard.
2. DESCRIPTION OF REQUIRED SUPPLIES:
5 year Indefinite Delivery Contract FFP contract type to repair Commercial Fire Control Computer (CFCC) Line Replaceable Units (LRUs)
PN 57737A100000-02 (NSN 1270-01-569-0151WF) for F-16 Block 25/30/32
3. INSTRUCTIONS: The Government requests interested parties to submit a brief statement of their capability to meet the above requirement. Please send your response to Leslie Westcott at [email protected] by Thursday, 15 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. Discusses 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? Include, as supporting rationale rough order of magnitude for budget purposes.
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.