F100-PW-229 FD2030-23-00306 Metallic Aircraft Seal NSN: 2840-01-620-7419NZ, PN: 4089009-01
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Sources Sought (Original)
- Original Published Date: Oct 28, 2022 01:23 pm CDT
- Original Response Date: Nov 29, 2022 03:00 pm CST
- Inactive Policy: 15 days after response date
- Original Inactive Date:
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: 2840 - GAS TURBINES AND JET ENGINES, AIRCRAFT, PRIME MOVING; AND COMPONENTS
- NAICS Code:
- 336412 - Aircraft Engine and Engine Parts Manufacturing
- Place of Performance:
Description
THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE.
PURPOSE
This Sources Sought Synopsis (SSS) is in support of market research being conducted by the United States Air Force (USAF). This market research is being conducted to increase competition for this requirement by identifying potential sources and to gauge small business interest to determine whether or not this requirement can be satisfied with a Small Business Set-Aside. The Government will use the information gathered through publication of this SSS to determine the best acquisition strategy for this requirement.
DESCRIPTION
The AFLCMC/LPSIB organization, 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 Metallic Aircraft Seal for use by United States Air Force (USAF) personnel.
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 pre-solicitation conference.
The proposed North American Industry Classification Systems (NAICS) Code is 336412 (Aircraft Engines and Engine Parts Manufacturing), which has a corresponding Size Standard of 1,500 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, Hub-zone 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.
CONTRACTOR CAPABILITY SURVEY & TECHNICAL DATA
The Government does not have the associated technical data to provide to potential sources. Consequently, any potential sources for this effort will need to undergo the Source Approval Requirement (SAR) process. The contractor shall be capable of furnishing all required labor, material, facilities and equipment to accomplish acquisition and packaging of completely serviceable units. Generally, the work to be accomplished includes disassembly, cleaning, inspection, assembly, testing, preservation, and packaging to return an unserviceable asset to a like-new condition. Additionally, potential sources may be responsible for supply chain management, logistics planning, forecasting production requirements, long-lead time parts procurement, diminishing manufacturing sources and material shortage issues, and shipping serviceable assets. Potential sources may be responsible for nonrecurring engineering costs associated with becoming an approved source.
The Government requests that interested parties respond to this notice in writing including details of your ability to either provide a copy of the OEM’s overhaul manual (including disassembly, overhaul, test and an illustrated parts breakdown including part numbers) or an OEM licensee agreement certifying your business is approved by the OEM to overhaul this equipment.
Companies interested in performing the work specified, and have met the requirements stated above, should submit this information (i.e. license or agreement information) to the cognizant engineering workflow at the following address: 423SCMS.FedBizOps.Inquiries@us.af.mil
Potential sources wishing to be qualified to perform the requirement specified above are REQUIRED to complete a Source Approval Request (SAR) package as specified in RQR-PSD-1 attached. QRs and Repair Data List (RDL), if applicable, are attached to this notice. Government provided data is annotated on the RDL attached to this posting. Requests for technical data in response to this SSS posting should be submitted to the Tinker TO Public Sales Office at AFLCMC.LZP.PUBSALES@us.af.mil
SAR packages and SAR-process questions should be submitted to the AFSC Small Business Office at:
SAR submittal: https://www.tinker.af.mil/Home/429SCMS-SASPO/
Source Development Specialist Email: stacy.cochran@us.af.mil
Due to COVID-19 and the increase in teleworking (social distancing) we ask that all SAR packages be temporarily submitted electronically through https://safe.apps.mil/. DoD safe is a safe option for large files. If you have a PKI certificate you can send directly, if you do not then send a request to: 429SCMS.SASPO.Workflow@us.af.mil or stacy.cochran@us.af.mil and include your email address and “request a drop off”. A “request for drop off” will be returned, use this to submit your SAR package. Thank you for your patience and understanding during this difficult time
PRODUCTION INFORMATION
The specific requirement for this effort is found in the attachment below. The items are for the overhaul of F100- PW-229 Metallic Aircraft Seal.
Part Number NSN Quantity PWS
SEE ATTACHED SEE ATTACHED SEE ATTACHED SEE ATTACHED
ESTIMATED SOLICITATION INFORMATION
Estimated Solicitation Date: 29 December 2022
Estimated Solicitation Closing/Response Date: 31 January 2023
PR#: FD2030-23-00306
Please e-mail your response advising if the requirements stated above can be met to the following address: royce.abcede@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:
- Name and Address
- Code
- Number
- business size by NAIC code
- Business Type (s), if applicable
- of Contact for questions and/or clarification
- Number, fax number, and email address
- Page URL
- Partners (if applicable)
- License/Agreement/Manual
Provide any recommendations and/or concerns.
Respond (along with the requested information) directly to: royce.abcede@us.af.mi
Attachments/Links
Contact Information
Contracting Office Address
- CP 405 739 4106 3001 STAFF DR STE 1AF198C
- TINKER AFB , OK 73145-3303
- USA
Primary Point of Contact
- Royce Abcede
- royce.abcede@us.af.mil
Secondary Point of Contact
- Technical Information
- 421SCMS.FedBizOps.Inquiries@us.af.mil
History
- Dec 14, 2022 10:56 pm CSTSources Sought (Original)