Federal Bid

Last Updated on 25 Feb 2020 at 5 PM
Sources Sought
Tinker air force base Oklahoma

Noun_Crew Entry Door_Application_B-52_NSN_1560‐00‐592‐6437FG_Part_Number_24-1143-1

Solicitation ID FD20302001177
Posted Date 25 Feb 2020 at 5 PM
Archive Date 25 Feb 2021 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Dla Aviation At Oklahoma City, Ok
Agency Department Of Defense
Location Tinker air force base Oklahoma United states 73145

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 424nd 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 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 government does not have the associated technical data to provide to potential sources. No qualification requirements exist. Consequently, potential sources for this effort typically would be companies who have a license or agreement with the Original Equipment Manufacturer BOEING COMPANY, THE Cage: 0PXV4 to complete the work described, including military specific modifications.

The proposed North American Industry Classification Systems (NAICS) Code is 336413, which has a corresponding Size Standard of 1,250 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 respond to this notice in writing including details of your ability to either provide a copy of the OEM’s manufacturing data (including disassembly, repair, test and an illustrated parts breakdown including part numbers) or an OEM licensee agreement certifying your business is approved by the OEM to manufacture this equipment.

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

The item is a Crew Entry Door, R/H for the B-52 Weapon System

PART NUMBER

NSN

Estimated Requirement

AMC

 24-1143-1

1560‐00‐592‐6437FG

3 Each

1C

 

 

 

 

 

 

 

 

PURCHASE REQUEST NUMBER FD20302001177-00

The work specified in this SSS does not have any associated technical data available for distribution. Potential sources for this effort shall be companies who have a current license or agreement with the OEM to complete the work described in this SSS. 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: [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 FBO.

Bid Protests Not Available

Similar Past Bids

Ohio Not Specified
Pennsylvania Not Specified
Grand rapids Michigan Not Specified
Colorado springs Colorado 14 Sep 2017 at 5 PM

Similar Opportunities

Pennsylvania 16 Jul 2025 at 6 PM
Philadelphia Pennsylvania 21 Jul 2025 at 4 AM
Philadelphia Pennsylvania 28 Jul 2025 at 4 AM
Philadelphia Pennsylvania 21 Jul 2025 at 4 AM
Philadelphia Pennsylvania 18 Jul 2025 at 4 AM