Federal Bid

Last Updated on 14 Jan 2020 at 8 PM
Sources Sought
Tinker air force base Oklahoma

Borescope and Borescope Accessories

Solicitation ID PZA-03
Posted Date 14 Jan 2020 at 8 PM
Archive Date 29 Feb 2020 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Fa8121 Afsc Pzaaa
Agency Department Of Defense
Location Tinker air force base Oklahoma United states 73145

Borescope and Borescope Accessories for Foreign Military Sales International Engine Management Program (IEMP)

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 borescope and borescope accessory manufacturing sources 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 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 that can manufacture state-of-the-art borescope and borescope accessories, utilizing the latest and greatest technological advances currently available; that can meet or exceed the performance parameters identified below.  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, 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.

The contractor shall be capable of furnishing all required labor, material, facilities and equipment to accomplish acquisition and packaging of completely serviceable units.  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 respond to this notice in writing including details of your ability to either provide a copy of the OEM manuals or licensee agreement certifying your business is approved by the OEM to manufacture this equipment and associated accessories.  Contractors must be an approved source, via the Source Approval Requirement process or have an approved Commercial Item Determination (CID) or the ability to obtain source approval/CID by the cognizant engineering authority. 

The manufacturing performance parameters that should be met or exceeded is identified as follows:

Operating Temperature

Insertion tube -25ºC to 100ºC (-13ºF to 212ºF).

System 0 to 40 °C (32 to 104 °F)

Relative Humidity 0 - 90%

Waterproof Insertion tube and tip to an equivalent 5 m (16.4 ft.) in depth or greater

System

System Dimensions from 17.1 x 19.7 x 38.1 cm (6.75 x 7.75 x 15”) up to 320 mm x 310 mm x 180 mm (12.6 in. x 12.2 in. x 7.1 in.)

System weight not to exceed 22.6 kg (50 lbs) in case

LCD Monitor included

Joystick Control

Button to access user functions, measurement, and digital functions

Internal Memory SSD for user data storage

Brightness Control Auto and Variable

Illumination Type White LED

Long Exposure capable

White Balance Factory default or user defined

Power

Battery capable

Power Supply

AC 100-240 VAC, 50-60 Hz, <1.5 A RMS

Standards Compliance and Classifications

MIL-STD-810G United States Department of Defense Environment Tests Sections 506.5, 507.5, 509.5, 510.5, 511.5, 514.6,

516.6, 521.3

MIL-STD-461 U.S. Department of Defense – Electromagnetic Compatibility with RS103 – ABOVE DECK

Software

Operating System Embedded multi-tasking operating system

User Interface Menu-driven and soft button operation; menu navigation using either buttons, touchscreen, joystick or any combination.

File Manager Embedded file manager supports the following operation on files and folders: copy, cut, paste, create, rename, delete, filter, sort, and image recall.

USB and internal flash storage

Audio recording capable

Image Control Brightness, Long Exposure, Invert, Single View, Illumination, Color Saturation Control

Digital Zoom Capable

Image Formats Bitmap (.BMP) and/or JPEG (.JPG)

Video recording capable

Text Annotation Built-in on screen text overlay generator with selectable font size

Graphic Annotation User placement of arrows

Articulation Control User-selectable steer and Steer-and-Stay* articulation; tip “Home” return to neutral forward-tip

orientation

4mm.  These are minimums

Tips FOV (deg), DOF mm (in).

Forward View

no adapter 80, 35-inf (1.38-inf)

 115, 4-inf (.16-inf)

Side View

 100, 1-30 (.04-1.18)

120, 6-inf (.24-inf)

Stereo Measurement

 55/55-FWD 5-inf (.20-inf)

50/50-SIDE 4-inf (.16-inf)

6 mm tips. These are minimums

FOV (deg), DOF mm (in).

Forward View

50, 50-inf (2.36-inf)

80, 20-inf .79”-inf

120, 5-120 (.20-4.72)

120, 20-inf .79”-inf

Side View

120, 4-100 (.16-3.94)

Stereo Measurement

60/60-FWD, 4-80 (.16-3.15)

50/50-SIDE, 2-50 (0.8-1.97)

Insertion tube: 4.0 mm (.150 to .157)in & 6 to 6.1 mm (.236 to .240)in

Length: 3.5 m

Exterior: High-durability tungsten braid

Direction of view: Selectable by optical tip adaptor

Field of view: Selectable by optical tip adaptor

Illumination: High-intensity diode

Articulation: 4mm; Up/Down 130° min, Left/Right 130° minimum.  6mm Up/Down 160° min, Left/Right 160° minimum

The specified requirement for this effort is found in the table below.   The items are for the manufacture of borescope and borescope accessories.              

Noun                                                                   Quantity       

Borescope and Borescope accessories               Basic year BEQ: 46 ea         

Borescope and Borescope accessories               Option year 1 BEQ: 46 ea    

Borescope and Borescope accessories               Option year 2 BEQ: 46 ea    

Borescope and Borescope accessories               Option year 3 BEQ: 46 ea    

Borescope and Borescope accessories               Option year 4 BEQ: 46 ea

Please e-mail your response advising if the requirements stated above can be met to the following address: [email protected].  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 beta.SAM.gov.

Respond (along with the requested information) directly to: [email protected]       

Primary Point of Contact:

Dawn Purtle

Contracting Officer

Phone: 405-734-8487

[email protected]          

Bid Protests Not Available

Similar Past Bids

Colorado 23 Sep 2022 at 4 AM
Colorado 23 Sep 2022 at 4 AM
Colorado 23 Sep 2022 at 4 AM
Location Unknown 02 Sep 2010 at 5 PM

Similar Opportunities

Norfolk Virginia 16 Jul 2025 at 8 PM
Fountain city Wisconsin 04 Nov 2025 at 5 PM