Remanufacture of B-52 Air Heat Exchanger

Agency:
State: Federal
Level of Government: Federal
Category:
  • 16 - Aircraft Components and Accessories
  • 28 - Engines, Turbines, and Components
Opps ID: NBD00159950632331092
Posted Date: Nov 16, 2023
Due Date: Dec 16, 2023
Source: Members Only
Follow
Remanufacture of B-52 Air Heat Exchanger
Active
Contract Opportunity
Notice ID
FD20302400437
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AIR FORCE MATERIEL COMMAND
Sub Command
AIR FORCE SUSTAINMENT CENTER
Office
FA8118 AFSC PZABB
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)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Nov 16, 2023 09:24 am CST
  • Original Response Date: Dec 16, 2023 03:00 pm CST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Dec 31, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 336412 - Aircraft Engine and Engine Parts Manufacturing
  • Place of Performance:
Description

Remanufacture of F-52 Air Heat Exchanger



NSN(s) / P/N(s): 1660-00-856-9302/ 175282-2





INTERESTED SOURCES MUST SELECT “ADD ME TO INTERESTED VENDORS” BUTTON ABOVE OR BELOW TO BE CONSIDERED PARTICIPANTS IN THIS MARKET RESEARCH EFFORT BY THE “CLOSING DATE” OF THIS NOTICE.





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 notify potential sources of the upcoming requirement and to re-advertise the qualification requirements for the subject item. Additionally, this notice will gauge small business interest. The determination to make this acquisition a Small Business Set-Aside is dependent on the number of small businesses approved to satisfy this requirement. 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, Veteran Owned Small Businesses, Service-Disabled Veteran-Owned Small Businesses, HUBZone Small Businesses, Women-Owned Small Businesses, etc.





Potential sources shall be capable of furnishing all labor, materials, facilities and equipment required to accomplish the remanufacture of the item(s) listed below. 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, and shipping serviceable assets.





Potential sources may be responsible for nonrecurring engineering costs associated with becoming an approved source.





CONTACT Information

Organization: 423 SCMS



Workflow email: 423scms.guea.workflow@us.af.mil



Send responses here







DESCRIPTION





North American Industry Classification System (NAICS) Code: 336412



SBA Size Standard: 1,500 employees



Requirement Information:





PRODUCTION INFORMATION





P/N NSN Noun



175282-2 1660-00-856-9302 Air Heat Exchanger









CONTRACTOR CAPABILITY SURVEY & 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 Repair Data List (RDL), 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/ Changes to the item list or QRs will be published to the official solicitation, not this notice.









Government provided data is annotated on the RDL attached to this posting. Absence of an RDL indicates the Government cannot provide technical data and that potential sources are required to independently acquire the necessary technical data to satisfy this requirement.. 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. Please see TO Public Sales Fact Sheet.











For Questions regarding the Tinker SAR Process or related issues, these inquiries should be submitted to the AFSC Small Business Office at: 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: 336413 – 1250 Employees



• Based on the above NAICS Code, state whether your company is:



• Small Business



• Woman Owned Small Business



• Small Disadvantaged Business



• 8(a) Certified



• HUBZone Certified



• Veteran Owned Small Business



Service Disabled 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).



Disclaimer:



This SSS is issued solely for informational and planning purposes. It does not constitute a solicitation (Request for Information, Request for Proposal, or Request for Quotation) or a promise to issue a solicitation in the future.





The information in this notice is based on current information as of the publication date. The information in this notice is subject to change and is not binding to the Government. If changes are made, updated information will be provided in future notices and will be posted on the Systems for Award Management (SAM) website at www.sam.gov/ . Responses to this SSS may or may not be returned. Contractors not responding to this SSS will not be precluded from participation in any future solicitation.





INTERESTED SOURCES MUST SELECT “ADD ME TO INTERESTED VENDORS” BUTTON ABOVE OR BELOW TO BE CONSIDERED PARTICIPANTS IN THIS MARKET RESEARCH EFFORT BY THE “CLOSING DATE” OF THIS NOTICE.



Please submit responses by: 16 December 2023 at 1500



Note: Potential interested sources should only submit the 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.


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
Secondary Point of Contact
History
  • Nov 16, 2023 09:24 am CSTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >