Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 29, 2025 SAM #8585
SOURCES SOUGHT

H -- Serv M25-006 APEC B and C Axis Alignment

Notice Date
5/27/2025 10:15:10 AM
 
Notice Type
Sources Sought
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
FA8126 AFSC PZIMB TINKER AFB OK 73145-3305 USA
 
ZIP Code
73145-3305
 
Solicitation Number
FA8126M25-006
 
Response Due
6/5/2025 12:00:00 PM
 
Archive Date
06/20/2025
 
Point of Contact
Bryce A. Williams, Phone: 312-892-7847, Claude J. Boggs, Jr., Phone: 4057393317
 
E-Mail Address
bryce.williams.4@us.af.mil, claude.boggs@us.af.mil
(bryce.williams.4@us.af.mil, claude.boggs@us.af.mil)
 
Description
This market survey is being conducted to identify potential sources that may possess the expertise, capabilities, and experience to meet the requirements for qualification and performance of the Serv M25-006 APEC B and C Axis Alignment service for use by United States Air Force (USAF) personnel at Tinker Air Force Base, The level of security clearance and amount of foreign participation in this requirement has not been determined. While the final security clearance level for this requirement is yet to be determined, vendors should be aware that access to controlled areas or handling of sensitive information may be required. Contractors/Institutions responding to this market research are placed on notice that participation in this survey may not ensure participation in future solicitations or contract awards. The government will not reimburse participants for any expenses associated with their participation in this survey. INSTRUCTIONS: 1. The following documents describe the Serv M25-006 APEC B and C Axis Alignment service requirement: a) Performance Work Statement (PWS) (Attached) b) Appendix A - Equipment List (Attached) 2. If, after reviewing these documents, you desire to participate in the market research, you should provide documentation that supports your company�s capability in meeting these requirements. Failure to provide documentation may result in the government being unable to adequately assess your capabilities. If you lack sufficient experience in a particular area, please provide details explaining how you would overcome the lack of experience/capabilities to perform that portion of the requirement (i.e., teaming, subcontracting, etc.) a. Identify any areas of work that your organization believes should be broken out exclusively for Small Business. 3. Both large and small businesses are encouraged to participate in this Market Research. Joint ventures or teaming arrangements are encouraged. 4. Responses are due by 3:00 PM CST on 6 JUNE 2025.. Questions regarding this Sources Sought are due by 3:00 PM CST on 2 JUNE 2025. Direct all questions and responses to Claude Boggs 405-692-4670, claude.boggs@us.af.mil. APEC B and C Axis Alignment PURPOSE/DESCRIPTION The Government is conducting market research to identify potential sources that possess the expertise, capabilities, and experience to meet the requirements for the FA8126Serv M25-006 APEC B and C Axis Alignment service. This includes the alignment of the B and C axes, as well as adjustment of the Tool Center Point Management system on the APEC 5-axis equipment located at Tinker Air Force Base. This equipment produces machined parts to support the warfighter. Vendors who do not currently have APEC factory OEM-trained technicians from Taiwan on staff should explain how they would meet this requirement e.g., partnerships, recruitment plans). CONTRACTOR CAPABILITY SURVEY APEC B and C Axis Alignment Part I. Business Information Please provide the following business information for your company/institution and for any teaming or joint venture partners: Company/Institute Name: Address: Point of Contact: CAGE Code: Phone Number: E-mail Address: Web Page URL: Size of business pursuant to North American Industry Classification System (NAICS) Code: NAICS 333514 Based on the above NAICS Code, state whether your company is: Small Business (Yes / No) Woman Owned Small Business (Yes / No) Small Disadvantaged Business (Yes / No) 8(a) Certified (Yes / No) HUBZone Certified (Yes / No) Veteran Owned Small Business (Yes / No) Service Disabled Veteran Small Business (Yes / No) Central Contractor Registration (CCR). (Yes / No) A statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership). Written responses, no facsimiles or e-mails please, must be received no later than close of business 6 JUNE 2025(). Please email two (2) your response to: Serv M25-006 APEC B and C Axis Alignment Attn: Bryce Williams Email: bryce.williams.4@us.af.mil Questions relative to this market research should be addressed to Bryce Williams, 405-622-7847 Part II. Capability Survey Questions A. General Capability Questions: Describe briefly the capabilities of your facility and the nature of the goods and/or services you provide. Include a description of your staff composition and management structure. Describe your company's past experience on previous projects similar in complexity to this requirement. Include contract numbers, a brief description of the work performed, period of performance, agency/organization supported, and individual point of contact (Contracting Officer or Program Manager). What quality assurance processes and test qualification practices does your company employ? Please provide a description of your quality program (ISO 9001, AS9100, etc.) Are there specific requirements in the documentation that we provide that would currently preclude your product from being a viable solution to our requirement? Include a detailed listing of facilities and equipment, including quantities, required to satisfy the requirements of this effort. B. Commerciality Questions: Are there established catalog or market prices for our requirement? If you offer this product and/or service to both U.S. Government and commercial sources, is the same workforce used for both the U.S. Government and general public? Is our requirement offered to both under similar terms and conditions? Briefly describe any differences. Describe your standard warranty and return process for goods and services furnished to the government for items similar in nature to this requirement.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/6cb8fa4352254b4ba8ea11cf166894fc/view)
 
Place of Performance
Address: Tinker AFB, OK 73145, USA
Zip Code: 73145
Country: USA
 
Record
SN07456786-F 20250529/250527230049 (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.