Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 21, 2022 SAM #7477
SOURCES SOUGHT

J -- Repair for the F-16 Engine Warning Control Unit (EWCU)

Notice Date
5/19/2022 10:47:35 AM
 
Notice Type
Sources Sought
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
FA8251 AFSC PZABB HILL AFB UT 84056-5825 USA
 
ZIP Code
84056-5825
 
Solicitation Number
FA8251-22-EWCU
 
Response Due
5/27/2022 4:00:00 PM
 
Point of Contact
Jason Neering, Phone: 8017779296, Shauna Vanderschaaf, Phone: 8017773288
 
E-Mail Address
jason.neering@us.af.mil, shauna.vanderschaaf@us.af.mil
(jason.neering@us.af.mil, shauna.vanderschaaf@us.af.mil)
 
Description
**** Response Deadline Extended� � � � � � � FROM: 21-May-22 � � � � � � �TO: 27-May-22 REQUIREMENT TITLE: � Repair for the F-16 Engine Warning Control Unit (EWCU) NSN/Part Number(s): �6340-01-153-8696; 5091200-004 � � � � � � � � � � � � � � � � � � � 6340-01-507-1788; 5091200-014 � � � � � � � � � � � � � � � � � � � 6340-01-317-7207; 5091200-007 � � � � � � � � � � � � � � � � � � � 6340-01-507-1824; 5091200-016 Solicitation Number: � � � � � � � � � � � Notice Type: FA8251-22-EWCU � � � � � � � � � � � � � Sources Sought Synopsis: 1. �NOTICE: �This is not a solicitation but rather a Sources Sought Synopsis to determine potential sources for information and planning purposes only. a)� The purpose of this Sources Sought is to conduct market research to determine if responsible sources exist, to assist in determining if this effort can be competitive and/or a total Small Business Set-Aside. �The proposed North American Industry Classification Systems (NAICS) Code is 811219 which has a corresponding Size standard of $22.0M. � The Government will use this information to determine the best acquisition strategy for this procurement. �The Government is interested in all small businesses to include 8(a), Service-Disabled Veteran-Owned, Hubzone, and Women-Owned small business concerns. �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. � 2. �PROGRAM DETAILS: The Air Force is issuing this repair sources sought announcement as part of a market research survey to determine if additional sources exist that could become qualified for repair of the F-16 Engine Warning Control Unit (EWCU). �The F-16 Engine Warning Control Unit is an aircraft component that emits an audible warning to the pilot in the event of an engine malfunction during flight. It is applicable to all blocks of F-16. � The specific EWCUs requiring repair are as follows: � Engine Warning Control Unit Configurations FSC� � � � � NIIN� � �MMAC� � �Part # 6340�� �15071824�� �WF�� �5091200-016 6340�� �13177207�� �WF�� �5091200-007 6340�� �11538696�� �WF�� �5091200-004 6340�� �15071788�� �WF�� �5091200-014 The Engine Warning Control unit is a military specific component. �The government does not own the data or data rights for the EWCU. �The vendor must have access to the following Test Sets: �EWCU Manual Test Set- 5091B200 EWCU Automatic Test Set- 5091A200. � The repair contractor shall receive, inspect, disassemble, test, fault isolate, repair, or upgrade approved configuration of the F-16 Engine Warning Control Unit and components to restore the items to a serviceable operating condition. The respondent would need to be able to demonstrate the ability to obtain or create those resources to execute maintenance in timely fashion. �If the offerer is able to develop or obtain the data, manuals, and tech orders from another party, they must be able to demonstrate that they have access to such resources and the legal right to use said resources to repair assets for the government. 3. RESPONSES: a)�� �Responses shall address whether the interested party is capable of providing the repair services for the F-16 Engine Warning Control Unit (EWCU). When responding please include the following information: Basic Company Information: �Company name and CAGE code. �Point of contact information. Please provide an email address and phone number. �Business classification (e.g. large or small, 8(a), woman-owned, etc.) �U.S. or foreign-owned entity. Repair Information: Experiences with same or similar items and/or support. Please describe. Past and present experience with similar airframe repair for commercial and or military platforms. � Demonstrate that the necessary parts can be built either through existing capability or through qualified suppliers. Briefly outline the internal processes used to maintain repair consistency or the processes utilized to ensure� � repairs are per the tech data requirements. Identify the ability to manufacture special tooling and supplies required to repair the assets such as assembly fixtures, stands, etc. What is the anticipated repair lead time. How much repair in percentage would your firm do and how much would you subcontract out? Discuss any concerns you may have with our requirement and/or how it can be met best and why. b)�� �Respondents are requested to provide the above information in a white paper summary, not to exceed 3 pages. Copies of your submitted information will be distributed to the AFMC 416 SCMS and the Contracting Office for review. Interested parties are requested to submit one (1) copy of the aforementioned summary to the Buyer (shauna.vanderschaaf@us.af.mil) and Contracting Officer (jason.neering@us.af.mil) no later than 30 calendar days after publication of this notice. Telephone and/or FAX responses will not be accepted. Responses to this Notice are due on or before 21-May-2022. �All information marked as proprietary information will be safeguarded to prevent disclosures to nongovernment personnel and entities.� NOTE: Source Approval Request (SAR) packages are not the same as a Sources Sought Response. For instructions on how to become a qualified approved source contact the listed Source Development Specialist. Offerors must possess access to all appropriate data. SCI Systems, Inc owns the data rights for the items listed above, and the US Government does not own or have the rights to use the data required to repair this device. A Repair Qualification Requirement (RQR) package does not currently exist for this effort. Parties interested in repair of the F-16 Engine Warning Control Unit (EWCU) will be required to work directly with the government to prove criteria and methods. The announcement on Sam.gov is just for responses to the sources sought notice and is not a deadline for SAR submission. You may submit a SAR at any time. Please e-mail all SAR packages to the following: ��� �Alysha Caldwell, Source Development Specialist, Alysha.caldwell@us.af.mil ��� �Jason Neering, jason.neering@us.af.mil�� � ��� �Shauna Vanderschaaf, Shauna.Vanderschaaf@us.af.mil 4.�� �DISCLAIMER: THIS IS A REQUEST FOR INFORMATION ONLY. This sources sought announcement is issued solely for informational and planning purposes. It does not constitute a solicitation (Request for Proposal or Request for Quotation) or a promise to issue a solicitation in the future. As stipulated in FAR 15.201(e), responses to this notice are not considered offers, shall not be used as a proposal, and cannot be accepted by the Government to form a binding contract. This sources sought does not commit the Government to contract for any supply or service whatsoever; furthermore, the Government is not seeking proposals at this time. Respondents are advised that the Government will not pay for any information or administrative costs incurred in response to this notice. All costs associated with responding to this notice will be solely at the responding party�s expense. The Government requests that non-proprietary information be submitted in response; however, should proprietary information be submitted, it should be marked �PROPRIETARY� and will be handled accordingly. The Government shall not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations. 5.�� �CONTACT INFORMATION Contracting Office: AFMC AFSC OL:H/PZAAB 6050 Gum Lane, Bldg. 1215 Hill AFB, UT 84056 Primary Point of Contact: Jason Neering, Contracting Officer jason.neering@us.af.mil 801-775-9296 Secondary Point of Contact: Shauna Vanderschaaf Contracting Officer Shauna.Vanderschaaf@us.af.mil 801-777-3288 �
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/62d2be58142d4c5293f5bf75905ec855/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06333229-F 20220521/220519230104 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.