Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 30, 2013 FBO #4144
SOURCES SOUGHT

Z -- ESG AM-2 Matting - Attachments

Notice Date
3/28/2013
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 772 ESS/PKH, 139 Barnes Drive, Suite 1, Tyndall Air Force Base, Florida, 32403, United States
 
ZIP Code
32403
 
Solicitation Number
772ESSPKHJRW
 
Archive Date
5/11/2013
 
Point of Contact
Joseph R. Willard, Phone: 8503588000, Jared David Dwyer, Phone: 8502836273
 
E-Mail Address
joseph.willard.1@tyndall.af.mil, jared.dwyer@tyndall.af.mil
(joseph.willard.1@tyndall.af.mil, jared.dwyer@tyndall.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment 2 - Tri-talon Drawings Attachment 1 - AM2 Matting Spreadsheet SOURCES SOUGHT NOTICE 1. THIS NOTICE IS ISSUED AS A SOURCES SOUGHT ANNOUCEMENT FOR INFORMATION PURPOSES ONLY. This notice DOES NOT constitute a Request for Proposal or complete package outlining the technical competencies/qualifications of the prospective contractor, nor does it represent any commitment by the Government. Since this is a Sources Sought announcement, no evaluation letters and/or results will be issued to the respondents. No reimbursement will be made for any costs associated with providing information in response to this announcement. No telephone calls will be accepted requesting a bid package or solicitation. A solicitation does not presently exist. 2. The United Statements Air Force (USAF) has a requirement for the purchase of AM-2 matting used to assemble two airfield matting kits, Apron Expansion and Foreign Object Debris (FOD) Cover Kit, as a part of Operation Enduring Freedom. These kits will be utilized at Al Udeid AB, Doha, Qatar. The Government is performing market research primarily in order to determine if there are firms that possess the capability to execute the requirements of this anticipated request for information (RFI). Therefore, we further invite all business concerns to provide a capability statement in response to this requirement. Prospective contractors shall be registered in the System for Award Management (SAM) prior to award of any Federal Government contract. Contractors are encouraged to obtain further information on SAM registration at the following website: https://www.sam.gov/portal/public/SAM/. This announcement does not obligate the Government to award a contract nor does it obligate the Government to pay for any preparation costs. 3. If your firm would be interested in such work, you are strongly encouraged to submit a capability statement that addresses as a minimum, the questions presented within this announcement. The Government does not intend to rank submittals or provide any reply to interested firms. North American Industry Classification System (NAICS) Code 336413 is applicable to this acquisition. The small business size standard for this NAICS is 1,000 employees. It is anticipated that the performance period will not begin until summer or fall of 2013. 4. The AM-2 matting and tool kits list is extensive. A listing of all the items required will be listed with a manufacturer model number or a national stock number (NSN). The USAF is looking for companies who can provide all, or some, of the required components. It is imperative that interested companies state which parts of the requirement they can fulfill. 5. Contractors who can provide the supplies should submit in writing an affirmative response which includes as a minimum the following information: a. What is the name of your business? b. What is your business address? c. Is your firm a large business, small business, a certified 8(a) small business, certified HUBZone business, Alaskan Native, Native American, Tribal, Service Disabled Veteran-Owned concern, or other socioeconomic status according to NAICS code 336413? (Specify all that apply.) d. Would your firm propose on this project as a prime contractor, prime contractor with subcontractor(s), prime contractor with team member subcontractor(s), or a joint venture? If you have proposed a joint venture, identify to the extent possible, your team members. Identify the business size of your team members or joint venture firms. If a teaming arrangement is planned, give details to the extent practicable on how the team likely will be composed. See FAR subpart 9.6 for Government policy on teaming arrangements and 8(a) Program regulations described in 13 CFR 124.513 e. Identify any projects completed in the past for the same or similar items to help determine your firm's capability in meeting the requirement for the items listed in the attached spreadsheet. Include any government contracts (Federal, State, or local) that you have been awarded for this type of requirement. Also, include the contract number and a government point of contact. f. Identify which items you would be able to provide, whether it is all of them or just some. Please identify whether or not you are a manufacturer or a supplier for each set of items. Are there any barriers to properly quoting and providing delivery for the items listed in the sources sought. 6. All responsible sources are encouraged to submit a capability statement response to this announcement. All such responses will be considered by the agency. Responses can be submitted electronically using the following address: joseph.willard.1@tyndall.af.mil and jared.dwyer@tyndall.af.mil. 7. All responses shall be received by 5:00 PM central time. Responses shall be no more than 20 pages (single spaced, front and back, no smaller than Times New Roman, font size 12 or equivalent). If submissions exceed the page count noted, the Government will only review the first 20 pages and disregard the remainder of the submission. Extraneous materials (brochures, manuals, etc.) will not be considered. Questions concerning this announcement shall be submitting in writing via email to both Contract Specialist (joseph.willard.1@tyndall.af.mil) and Contracting Officer (jared.dwyer@tyndall.af.mil). The Government does not intend to rank submittals or provide any reply to firms as it relates to the Government's review of the data submitted in response to this announcement. Attachment 1: AM2 Matting Spreadsheet Attachment 2: Tri-talon Drawings
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/71cc9b5e5c04f71d14c3c184145b75bd)
 
Place of Performance
Address: Tyndall AFB, FL, Tyndall AFB, Florida, 32403, United States
Zip Code: 32403
 
Record
SN03022929-W 20130330/130328234718-71cc9b5e5c04f71d14c3c184145b75bd (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.