SOURCES SOUGHT
K -- Modify Existing T-20B Test Cell System to T-20C Specifications - Sources Sought Synopsis
- Notice Date
- 1/30/2013
- Notice Type
- Sources Sought
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, Hill AFB OO-ALC, OO-ALC/PKXB, 6038 Aspen Ave (Bldg 1289), Hill AFB, Utah, 84056
- ZIP Code
- 84056
- Solicitation Number
- FA8224-13-R-T20BMOD
- Archive Date
- 5/6/2013
- Point of Contact
- Carol S. Hensley, Phone: (801) 586-1015, Kim Burr, Phone: 8017777168
- E-Mail Address
-
carol.hensley@hill.af.mil, kim.burr@hill.af.mil
(carol.hensley@hill.af.mil, kim.burr@hill.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Draft Performance Work Statement Upgrade/Modify/Repair T-20B Test Cell System to aT-20C Test Cell System Sources Sought Synopsis THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. The Ogden Air Logistics Complex Contracting Directorate is conducting market research to determine if this effort can be competitive and/or a total Small Business Set-Aside to provide for the Upgrade/Modification/Repair of a T-20B Test Cell system to a T-20C Test Cell System. The information in this notice is based on the best and most current information available to date. This information is subject to change and is not binding to the Government. Updated information will be provided in future announcements and posted electronically on the Federal Business Opportunities homepage at www.fbo.gov. The proposed NAICS for this requirement is 811310 (Size Standard $7.0M). The Government shall not reimburse the costs of preparing responses to this request for information. The Ogden Air Logistics Complex Contracting Directorate (AFMC), Hill Air Force Base (AFB), Utah intends to issue a formal Request for Purchase (RFP) in fiscal year 2013 for the acquisition of a T-20C Test Cell System. The required T-20C Test Cell System is to be installed in a Hush House Located at Davis Monthan Air Force Base, AZ. Attached is the draft performance work statement for the T-20C Test Cell System, as determined by Process Engineers. The Government requests interested parties to submit a brief statement of current capability to provide T-20C Test Cell System and a letter of interest. 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, Hub-zone, and Women-Owned small business concerns. Interested and qualified sources should provide the following information:   CONTRACTOR CAPABILITY QUESTIONNAIRE T-20C Test Cell System Part I. Business Information 1. Company/Institute Name: 2. CAGE Code: 3. Company Point of Contact a. Name b. Telephone # c. Email address 4. Physical Address: 5. Web Page URL: 6. Provide you company's North American Industry Classification System (NAICS) Code: a. If your company is a small business, it a woman owned business, small disadvantaged business, 8(a) business, HUB Zone business, Serviced Disabled Veteran Owned Business, etc. Part II. Capability Survey Questions 1. Provide your suggested NAICS code. 2. Are you anticipating your company to be a prime contractor or a subcontractor? 3. Are you anticipating a teaming arrangement? a. Any responses on teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. Part III. Financial Information 1.Describe financing methods customarily provided by buyers in this industry (industry defined by the NAICS code or by providing this type of requirement). Note: the Air Force (AF) is not authorized to make advance payments (payments before costs are incurred or work is completed). 2.Describe need or importance of receiving buyer financing vs. seller financing. 3.Describe security seller could provide buyer in return for buyer financing. Part IV General Capability Questions: 1. 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. 2. 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). 3. Describe your company's capabilities and experience in generating technical data, engineering drawings and manuals. Identify what software programs are utilized to generate these data products and what formats are available for delivered items. 4. Are there specific requirements in the documentation that we provide that would currently preclude your product from being a viable solution to our requirement? 3. Discuss any concerns you may have with our requirement or specification Part VI Hardware Production 1. Describe your provision of same or similar requirements. Include quantities, customer, and date of delivery and period of performance. 2. Describe your capability and experiences in the manufacturing/fabrication of components. 3. What quality assurance processes and test qualification practices does your company employ? Please provide a description of your quality program (ISO 9000, QS-9000, EIA-599, or otherwise)? 5. Are your test stands manufactured in the U.S.? Part VII Commerciality Questions: 1. Do you consider the requirements to be commercial (see FAR 2 definitions)? 2. 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. 3. Describe your standard warranty and return process for goods and services furnished to the government for items similar in nature to this requirement. Interested offerors should send a response to the sources sought inquiry and the questions listed above to the Contracting Officer. Responses should be submitted by 10:00 am MST on March 4, 2013. Email responses in PDF or Microsoft Word format are preferred. The Contracting Officer information is listed below: OO-ALC/OBC, Carol S. Hensley, 5851 F Ave. Bldg 849, room C12, Hill AFB UT, 84056-5713 Phone: (801) 586-1015 Email: carol.hensley@hill.af.mil Alternate OO-ALC/PZIMB Kim Burr Contracting Officer 6038 Aspen Ave. Bldg. 1289 U Phone: (801) 777-7168 Email: kim.burr@hill.af.mil The information provided is for the Air Force's market research and is given understanding the AF has no obligation to pay for the information. The information may be used in developing a request for proposals (RFP) but does not obligate the AF to issue an RFP or contract. Any proprietary information submitted may be used as a general concept but specific information will be safeguarded as proprietary, if so marked.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FA8224-13-R-T20BMOD/listing.html)
- Place of Performance
- Address: 309th Aerospace Maintenance And Regeneration Group, (AMARG) on Davis-Monthan AFB (DMAFB), AZ., Davis-Monthan Air Force Base, Arizona, United States
- Record
- SN02976030-W 20130201/130130234552-04c7e0a9e470576fd30d26274390b625 (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 |