Closed Solicitation · DEPT OF DEFENSE
AI Summary
The Department of Defense is seeking sources for Performance Based Logistics (PBL) related to NSN 2995-01-441-1056FW, an Air Turbine Starter for the B-2 aircraft. This Sources Sought aims to identify potential suppliers other than Honeywell International Inc. for inclusion in an existing RFP. Interested parties should provide relevant experience and capabilities.
Synopsis: Sources Sought for Potential Inclusion in Existing RFP
The purpose of this Sources Sought (SS) is to conduct market research to determine if responsible sources, other than Honeywell International Inc. (HII), exist for National Stock Number (NSN) 2995-01-441-1056FW. This NSN is an Air Turbine Starter component used in the B-2 aircraft. HII is the original equipment manufacturer (OEM) with design control, authorization, and documentation to manufacture this item. The Government does not possess the drawings or complete data packages.
The Government is considering adding this NSN to an existing Performance Based Logistics (PBL) Request for Proposal (RFP) for various supplies in support of A-10, B-1, B-2, E-3, F-15, KC-46, F-16, F-22, F-35, E-7, C-130, and Gas Turbine Engines for Ground Start Carts. This inclusion is contingent on the responses received to this Sources Sought. If no other qualified sources besides Honeywell respond, the Government may proceed with amending the existing PBL RFP to add this item to the effort.
The proposed North American Industry Classification Systems (NAICS) code is 336413 which has a corresponding size standard of 1000 employees. 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 arrangements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners.
This notice is for information and planning purposes only and does not constitute an RFP or commitment by the Government.
Requirement Details 2995-01-441-1056FW:
The Government requires a PBL solution for NSN 2995-01-441-1056FW. This will involve the repair and/or replacement of the covered item, inventory management, warehousing, configuration management, obsolescence management, training, and sustaining engineering/maintaining reliability. The contractor will be paid based on the aggregate flight hours, operating hours, or other appropriate measurements of usage of the specific weapon systems. The contractor will be required to deliver their supplies to Government wholesale and retail supply points both CONUS and OCONUS within specified time windows and at contractor expense.
Information Requested:
Interested parties are requested to provide the following information:
Disclaimer:
THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS SS OR TO OTHERWISE PAY FOR THE INFORMATION SOLICITED. This SS is issued for information and planning purposes only and does not constitute a solicitation. All information received in response to this SS that is marked Proprietary or competition sensitive will be handled accordingly. Responses to the SS will not be returned. The responses to this notice are not an offer and cannot be accepted by the Government to form a binding contract. The Government reserves the right to reject, in whole or in part, any contractor’s input resulting from this SS. Responders are solely responsible for all expenses associated with responding to this SS. The Government reserves the right to add this NSN to an existing PBL RFP if responses to this Sources Sought warrant such action. If no qualified responses are received from sources other than the OEM, Honeywell International Inc., the Government may pursue a sole source action with Honeywell for this NSN under the existing PBL RFP, if applicable.
FOR OFFICIAL USE ONLY (FOUO): This electronic message and its attachment(s) contain restricted, sensitive, and non-public information, including acquisition/source selection information. The information is not intended for disclosure outside official government channels and is exempt from release under the Freedom of Information Act, 5 U.S.C. 552(b)(2) and (4). Further distribution is prohibited without the approval of the author of this message. If you have received this message in error, please notify the sender and delete all copies of this message. Additional guidance for contractors: This email does NOT create or modify any contractual obligation on the part of the Government. This e-mail is NOT authority to proceed or incur any costs.
PERFORMANCE BASED LOGISTICS (PBL) FOR SECONDARY AND GROUND-BASED AUXILIARY POWER SYSTEMS is a federal acquisition solicitation issued by DEPT OF DEFENSE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.
SamSearch Platform
AI-powered intelligence for the right opportunities, the right leads, and the right time.