Remanufacture of Pressure Transmitter
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 17, 2023 11:46 am EDT
- Original Response Date: Nov 01, 1023 01:59 pm LMT
- Inactive Policy: 15 days after response date
- Original Inactive Date: Nov 16, 1023
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: 6685 - PRESSURE, TEMPERATURE, AND HUMIDITY MEASURING AND CONTROLLING INSTRUMENTS
- NAICS Code:
- 336413 - Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Place of Performance: USA
Description
Remaufacture of F15 Pressure Transmitter NSN 6685-01-433-3057 P/N 18-1880
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 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 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 of the NSN(s) listed below.
REQUIREMENTS
The contractor shall be capable of furnishing all required labor, material, facilities and equipment to accomplish repair, test, preservation and packaging, and return to the government a unit. Contractor will be responsible for supply chain management, logistics, forecasting of parts, long-lead parts procurement, reparable forecasting, obsolescence issues and delivery of completed assets.The repair requirement for this effort is identified below:
Part Number18-1880 6685-01-433-3057HS 5yr Total: 650
SOURCE APPROVAL
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. QR's, if
applicable, are attached to this notice. The QR attached to this document is for reference only. The official synopsis
of the QR's for this item can be found by searching www.sam.gov/ for the keyword Remanufacture Qualification
Requirements ”. Changes to the item list or QRs will be published to the official
solicitation, not this notice.
If class RQR’s are not applicable to part (RMSC codes applicable are: C, D, K, M, N, P, Q, R, S, V, and Z), attach
appropriate QR here.
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.
TECHNICAL DATA
The government Technical Orders applicable to this sources sought synopsis are as follows:See Repair Data List Attached to this document Government provided data is annotated on the RDL attached to this posting..Requests for TECHNICAL ORDERS should be submitted to the Tinker AFB Public Sales Office in accordance with the instructions contained in the “TO Public Sales Fact Sheet”. Requests for TECHNICAL ORDERS need to be emailed to AFLCMC.LZP.PUBSALES@us.af.mil Tinker AFB TO Public Sales Office Phone: (405) 736-3868/3197 or DSN: 336-3868/3197 If drawings are listed on RDL, requests for Engineering Drawings in response to SSS posting should be submitted using the EXCEL spreadsheet and send to Tinker Engineering Drawings Public Sales Desk Email:email ocalc.lgldo.public@us.af.mil Phone: 405-736-4676, or DSN: 336-4676
848-RQR
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:
(Yes / No)
(Yes / No)
(Yes / No)
(Yes / No)
(Yes / No)
(Yes / No)
• Service Disabled Veteran Small Business (Yes / No)
• Small Business
• Woman Owned Small Business
• Small Disadvantaged Business
• 8(a) Certified
• HUBZone Certified
• Veteran Owned Small Business
• Unique Entity ID (UEI)
• 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:1 Nov 23
Note: Potential sources should only submit questions regarding this post to the above email address. DO NOT
CONTACT THE ORIGINATOR OF THIS POST WITH QUESTIONS.
Attachments/Links
Contact Information
Contracting Office Address
- CP 405 739 2048 3001 STAFF DR STE 1AC4 99A
- TINKER AFB , OK 73145-3303
- USA
Primary Point of Contact
- Merry Curry
- merry.curry.1@us.af.mil
- Phone Number 4242151599
Secondary Point of Contact
- Jacqueline West
- jacqueline.west@us.af.mil
- Phone Number 4057362431
History
- Oct 17, 2023 11:55 pm EDTSources Sought (Original)