Skip to main content

An official website of the United States government

You have 2 new alerts

F100 MOD Solenoid Assembly NSN 2915-01-224-0780NZ, P/N 351002

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 04, 2023 09:03 am CDT
  • Original Response Date: Oct 10, 2023 05:00 pm CDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Oct 25, 2023
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 2915 - ENGINE FUEL SYSTEM COMPONENTS, AIRCRAFT AND MISSILE PRIME MOVERS
  • NAICS Code:
    • 336412 - Aircraft Engine and Engine Parts Manufacturing
  • Place of Performance:

Description

Spares Procurement of: MOD Solenoid Assembly

Platform: F100

NSN: 2915-01-224-0780NZ

P/N: 351002

Notice ID (PR#): FD20303400104

Department/Ind. Agency: DEPT OF DEFENSE

Sub-tier: DEPT OF THE AIR FORCE

Major Command: AFMC

Sub Command: AIR FORCE SUSTAINMENT CENTER

Requirement Office: 421st SCMS

General Information

• Contract Opportunity Type: Sources Sought (Original) • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA Classification • Federal Stock Class (manufacture)(https://www.acquisition.gov): • NAICS Code (https://www.sba.gov/document/support-table-size-standards): The proposed North American Industry Classification Systems (NAICS) Code has a corresponding Size Standard of 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. • Place of Performance: Tinker AFB, OK 73145 USA

CONTACT INFORMATION (Fill out by Squadron)

Organization: 421st SCMS

Workflow email: 421SCMS.Requirements.Workflow@us.af.mil

SEND RESPONSES HERE

PURPOSE/DESCRIPTION:

INTERESTED SOURCES MUST SELECT “ADD ME TO INTERESTED VENDORS” BUTTON ABOVE OR BELOW TO BE CONSIDERED PARTICIPANTS IN THIS MARKET RESEARCH EFFORT. 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 Spares Procurement sources for the requirements identified below and to determine if this effort can be competitive or a Small Business Set-Aside. The Government may consider breaking the requirement out by airframe. 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 Government will use the information gathered through publication of this SSS to determine the best acquisition strategy for this requirement. The Government is interested in all potential sources including Small Businesses, Small Disadvantaged Businesses, 8(a) businesses, Service-Disabled Veteran-Owned Small Businesses, HUBZone Small Businesses, Women-Owned Small Businesses, etc. The 421st SCMS 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 Spares Procurement of the NSN(s) listed below.

REQUIREMENTS:

Potential sources shall be capable of furnishing all labor, materials, facilities and equipment required to accomplish the new manufacture of the item(s) listed below. Generally, this entails the procurement/manufacture of component parts, inspection, testing, preservation/packaging, and shipping. Additionally, potential sources may be responsible for supply chain management, logistics planning, forecasting production requirements, longlead time parts procurement, diminishing manufacturing sources and material shortage issues, and shipping serviceable assets. The unit prices will be established at the time of a contract award for the item(s) listed below. Potential sources may be responsible for nonrecurring engineering costs associated with becoming an approved source. The spares requirement for this effort is identified below:

Part Number: 351002

NSN: 2915-01-224-0780NZ

Estimated Repair Requirement: Spares Requirement, Need Date: 31 Dec 2024

TECHNICAL DATA

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 the Qualification Requirements for this item. QRs and Engineering Data List (EDL), if applicable, are attached to this notice. The QR attached to this document is for reference only. The official synopsis of the QRs for this item can be found by searching www.sam.gov/ for the keyword MQR-PSD-1. Changes to the item list or QRs will be published to the official solicitation, not this notice.

If class MQR’s are not applicable to part (RMSC codes applicable are: C, D, K, M, N, P, Q, R, S, V, and Z), embed appropriate QR here.

Engineering Data List (EDL) embedded in list of attachments if applicable

Government provided data is annotated on the EDL attached to this posting. Absence of an EDL indicates the Government cannot provide technical data and that potential sources are required to independently acquire the necessary technical data to satisfy this requirement.

See PubSalesForm Excel Spreadsheet in list of attachments

If drawings are listed on EDL, requests for Engineering Drawings in response to SSS posting should be submitted using an EXCEL spreadsheet and send to: Tinker Engineering Drawings Public Sales Desk Email: ocalc.lgldo.public@us.af.mil Phone: 405-736-4676, or DSN: 336-4676 

SOURCE APPROVAL

For Questions regarding the Tinker SAR Process or related issues, these inquiries 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

The actual SAR Package submission itself shall be submitted electronically through DoD SAFE https:// safe.apps.mil/. DoD SAFE is a safe and secure option for large file submissions. If you have a PKI Certificate, the SAR can be sent directly to the POC email addresses below via DoD SAFE. If you do not have a PKI Certificate, then you must send a standard email message to the POC email addresses below, and ask that they “Request a Drop-Off” to your email address via DoD SAFE, which will enable you to be able to Upload the SAR Submission Package documents to DoD SAFE.

429SCMS.SASPO.Workflow@us.af.mil and stacy.cochran@us.af.mil

Estimated Solicitation Information

The government requests that interested parties respond to this notice if applicable and provide the requested information in Part I below.

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)

• Unique Entity ID (UEI) (Yes / No)

• A statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership).

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: 10/10/2023

Note: Potential interested sources should submit Part I BUSINESS Information to the contact email at the beginning of the SSS. Any questions regarding this post may also be sent to that email. DO NOT CONTACT THE ORIGINATOR OF THIS POST WITH QUESTIONS.

Contact Information

Contracting Office Address

  • CP 405 739 4106 3001 STAFF DR STE 1AF198C
  • TINKER AFB , OK 73145-3303
  • USA

Primary Point of Contact

Secondary Point of Contact

History

  • Oct 25, 2023 10:55 pm CDTSources Sought (Original)