Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 08, 2009 FBO #2690
SOURCES SOUGHT

16 -- C/KC-135 Fleet Support Sustaining Engineering Services

Notice Date
4/6/2009
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, Tinker OC-ALC - (Central Contracting), 3001 Staff Drive, Ste 1AG76A, Tinker AFB, Oklahoma, 73145-3015
 
ZIP Code
73145-3015
 
Solicitation Number
KC-135-Fleet-Support
 
Archive Date
5/15/2009
 
Point of Contact
Scott Masterson,, Phone: 405-739-3830, Susan G Cockrell,, Phone: 405-739-5802
 
E-Mail Address
scott.masterson@tinker.af.mil, susan.cockrell@tinker.af.mil
 
Small Business Set-Aside
N/A
 
Description
C/KC-135 Fleet Support Sources Sought Synopsis. This is a SOURCES SOUGHT SYNOPSIS. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. This Sources Sought Synopsis is in support of market research being conducted by the Air Force to identify capable potential sources. The United States Air Force, through the Oklahoma City Air Logistics Center (OC-ALC) is conducting market research to identify potential business sources interested in providing C/KC-135 fleet support through sustaining engineering services. The C/KC-135 fleet support contract may involve recurring and non-recurring engineering services. Contractual requirements will include systems engineering support, detailed design engineering, design change analyses, system and subsystem integration, technical analyses, liaison engineering support, stress analyses, drawing and technical order development, safety analyses, reliability and maintainability analyses, ground and flight test support, program analyses, design study preparation, mishap investigation, engineering feasibility studies, material deficiency report analyses, field problem investigation, failure analyses, and in-flight emergency response. Qualified contractors must have expertise in all aspects of C/KC-135 design, structures, engineering, configuration, sustainment, aerodynamics, propulsion, electronics, hardware, support equipment and system integration. Contractors must obtain access to C/KC-135 design, engineering, qualification, test, reliability, and configuration data. Contractors must have suitable facilities, tools, equipment, and personnel to provide all C/KC-135 sustaining engineering services. Contractors responding to this Sources Sought Synopsis shall submit the following information electronically no later than 30 April 2009, 4:00 p.m. CST. Responses must include the following: name and address of firm, capabilities related to the task areas above, size of business; average annual revenue for past 3 years and number of employees; ownership; whether they are large, small, small disadvantaged, 8(a), HUBZone, and/or woman-owned; number of years in business; affiliate information: parent company, joint venture partners; intent to participate in the upcoming acquisition as a prime offeror; list of customers covering the past five years (highlight relevant work performed, contract numbers, contract type, dollar value of each procurement; and point of contact - address and phone number). The page limitation for this submission is ten (10) pages. Any information submitted by respondents to this synopsis is strictly voluntary. The Government will not reimburse the respondents for any costs associated with their responses. This synopsis does not constitute a Request for Proposals (RFP), or an Invitation for Bids (IFB), nor does its issuance restrict the Government as to its ultimate acquisition approach. The Government will neither award a contract solely on the basis of this notice, nor pay for any information that is submitted by respondents to the Sources Sought request. The Government reserves the right to contact the submitting parties, on an as required basis, for further clarification on material provided. The Government will evaluate the information provided, include it into our document with our market research, and use it as needed during the development of the RFP. In addition, the Government will use its evaluation of the information and other research to determine the sources that appear qualified to perform the work required by the Government. The Government intends to release the RFP only to those respondents who are deemed qualified for this requirement.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=73b55cfa9cc8b27f55135c2cbf2b4067&tab=core&_cview=1)
 
Place of Performance
Address: Department of the Air Force, 827 ACSG/PK, 3001 Staff Dr, Tinker AFB OK, 73145-3019, Tinker AFB, Oklahoma, 73145-3019, United States
Zip Code: 73145-3019
 
Record
SN01786424-W 20090408/090406220132-73b55cfa9cc8b27f55135c2cbf2b4067 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.