Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 20, 2025 SAM #8607
SOURCES SOUGHT

J -- FA8251-25-DED Power Supply

Notice Date
6/18/2025 8:55:51 AM
 
Notice Type
Sources Sought
 
NAICS
811210 —
 
Contracting Office
FA8251 AFSC PZABB HILL AFB UT 84056-5825 USA
 
ZIP Code
84056-5825
 
Solicitation Number
FA8251-25-DED_Power_Supply
 
Response Due
7/18/2025 7:00:00 AM
 
Archive Date
07/18/2025
 
Point of Contact
Shauna Vanderschaaf, Darin Rector
 
E-Mail Address
shauna.vanderschaaf@us.af.mil, darin.rector@us.af.mil
(shauna.vanderschaaf@us.af.mil, darin.rector@us.af.mil)
 
Description
REQUIREMENT TITLE: Repair Sources Sought for the F-16 DED Power Supply NSN/Part Number(s): 6130219142914WF / 10-01126-07 6130012072734WF / 10-01126-06 Solicitation Number: Notice Type: FA8251-25-DED Power Supply 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. 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 811210 which has a corresponding Size standard of $30.0M. 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 Data Entry Display Power Supply only. The respondent would need to be able to demonstrate the ability to obtain or create those resources necessary to perform trouble shooting, repair and acceptance testing of the F-16 DED Power Supply in a timely fashion. Acceptance Test Procedures (ATP) must be derived from a Performance Test specification provided by the government. The ATP must then be approved by government engineering prior to source qualification. If the offeror can 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. Provide any supporting information such as commercial literature, catalogues, manuals, etc. If a respondent chooses to utilize the services of sub-tier vendors or subcontractors, those vendors or subcontractors must meet the criteria specified herein as well. 3. RESPONSES: Responses shall address whether the interested party can provide the repair services for the F-16 DED Power Supply. 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. 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 darin.rector@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 18-July-2025. 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. For instructions on how to become a qualified approved source, email the below POC for the RQR and RDL listings. Tracey Beringer, Source Development Specialist, tracey.beringer@us.af.mil Darin Rector, darin.rector@us.af.mil Shauna Vanderschaaf, Shauna.Vanderschaaf@us.af.mil 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. 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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/4a63b7517a5f45f7b76e1f31b62fdf86/view)
 
Place of Performance
Address: Hill AFB, UT, USA
Country: USA
 
Record
SN07483238-F 20250620/250618230339 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.