Skip to main content

An official website of the United States government

You have 2 new alerts

NSN: 6695-01-363-3031PR, P/N: 8524-0102

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: Aug 03, 2022 03:16 pm CDT
  • Original Response Date: Aug 11, 2022 04:00 pm CDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:

Description

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 manufacturing sources and to determine if this effort can be competitive or a Small Business Set-Aside.  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 421st 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 manufacture of the NSN(s) listed below.  The company must have manufactured the Subject or Similar item within the past 36 months for the Original Equipment Manufacturer or Department of Defense in accordance with the available technical data.

The proposed North American Industry Classification Systems (NAICS) Code is 336412, which has a corresponding Size Standard of 1,000 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. 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.

The contractor shall be capable of furnishing all required labor, material, facilities and equipment to accomplish manufacture, test, preservation and packaging, and return to the government a completely serviceable unit.  Contractor will be responsible for supply chain management, logistics, forecasting of parts, long-lead parts procurement, reparable forecasting, obsolescence issues and delivery of serviceable assets.  The government requests that interested parties provide documentation that supports your company’s capability in meeting these requirements

The specific requirement for this effort is found the table below. 

The item is a Transducer   

Part Number       NSN                 Estimated Requirement          AMC/AMSC              

8524-0102      6695-01-363-3031PR           36 ea                               3/B

PURCHASE REQUEST NUMBER

FD2030-23-00020

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 requirements workflow at the following address. Please include the PR number in the subject line of the request to ensure the action is routed to the responsible organization.

Please e-mail your response advising if the requirements stated above can be met to the following address:  421SCMS.Requirements@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:

  • Company Name and Address
  • Cage Code
  • DUNs Number
  • Company business size by NAIC code
  • Small Business Type (s), if applicable
  • Point of Contact  for questions and/or clarification
  • Telephone Number, fax number, and email address
  • Web Page URL
  • Teaming Partners (if applicable)
  • OEM License/Agreement/Manual

Provide any recommendations and/or concerns.

Responses and/or questions to this synopsis will be posted through sam.gov.

Contact Information

Contracting Office Address

  • DLR PROCUREMENT OPERATIONS (AO) 3001 STAFF DRIVE
  • TINKER AFB , OK 73145-3070
  • USA

Primary Point of Contact

Secondary Point of Contact





History

  • Aug 26, 2022 10:55 pm CDTSources Sought (Original)