Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 27, 2010 FBO #3198
MODIFICATION

16 -- Avionics Equipment Inspection

Notice Date
8/25/2010
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218
 
ZIP Code
45433-7218
 
Solicitation Number
FA8630-10-R-5033
 
Archive Date
9/22/2010
 
Point of Contact
Donald P. Tam, Phone: 9376561589, Kathleen M. Hines, Phone: 9376561508
 
E-Mail Address
donald.tam@us.af.mil, Kathleen.Hines@us.af.mil
(donald.tam@us.af.mil, Kathleen.Hines@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Synopsis/Request for Information: THIS IS NOT A REQUEST FOR PROPOSAL/QUOTE. Wright-Patterson Air Force Base OH anticipates a competitive acquisition to provide the following services: DEVELOPMENT OF RELIABILITY ANALYSIS METHODOLOGY FOR FIGHTER AIRCRAFT AGING AVIONICS FOR THE REPUBLIC OF KOREA AIR FORCE (ROKAF). The services/study performed under this procurement are threefold and consist of the following: A) review and document the problems and challenges of supporting aging avionics in ROKAF F-16 aircraft, B) develop a reliability analysis methodology and tools to use said methodology in implementing an Avionics Integrity Program (AVIP) for the ROKAF, and C) provide OJT to a ROKAF officer so said person will be able to employ the methodology, use the tools, and be able to oversee the ROKAF's future AVIP. Quarterly and annual reports will be required as specified by the US Government and a final report will be required to be submitted to the US Government. Information is being collected from all potential sources at this time. Firms responding should indicate whether they are a large business, small business, small disadvantaged business (SDB), woman-owned small business (WOSB), 8(a)-certified business, service-disabled veteran-owned small business (SDVOSB), veteran-owned small business (VOSB), or Historically Underutilized Business small business (HUBZone). The North American Industry Classification System (NAICS) code for this action is 541330, size standard of $27.0M. Please indicate revenue relative to the standard of $27.0M. All prospective contractors must be registered in the Central Contractor Registration (CCR) database to be awarded a DOD contract. No set-aside decision has been made. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime contractors must perform at least 51% of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14. Additionally, firms having GSA schedules should indicate their GSA schedule number in their responses. Capabilities Package. All interested firms should submit packages outlining their capability to provide the required services. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. Recent, relevant experience in all areas should be provided. Recent, relevant experience is defined as performance of the same or similar projects within the past three (3) years. Interested firms may submit resumes of key personnel. Resume pages will NOT be considered part of the overall page count but firms are encouraged to keep submitted resumes to one page each. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. The response must not exceed 15 pages. Submit capabilities packages via e-mail to donald.tam@us.af.mil. This sources sought is for information and planning purposes only. It does not constitute a solicitation and is not to be construed as a commitment by the Government. RESPONSES ARE DUE NO LATER THAN 07 September 2010.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8630-10-R-5033/listing.html)
 
Place of Performance
Address: ROKAF, Korea, Republic of
 
Record
SN02255231-W 20100827/100826000044-971769fce551c7255f0d33be08c51862 (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.