Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 13, 2013 FBO #4219
SOURCES SOUGHT

81 -- Custom Fabrication of Test Fixtures

Notice Date
6/11/2013
 
Notice Type
Sources Sought
 
NAICS
339999 — All Other Miscellaneous Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFTC/PZIO - Eglin, 308 West D. Ave, Bldg 260, Suite 130, Eglin, Florida, 32542-5418, United States
 
ZIP Code
32542-5418
 
Solicitation Number
FA2487-13-D-0234
 
Archive Date
7/11/2013
 
Point of Contact
June M. Crockett, Phone: 8508820174, Karen D. Wagner, Phone: 850-882-0190
 
E-Mail Address
June.Crockett@eglin.af.mil, karen.wagner@eglin.af.mil
(June.Crockett@eglin.af.mil, karen.wagner@eglin.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a sources sought synopsis; there is no solicitation available at this time. Requests for solicitation will receive no response. This Sources Sought Synopsis is published for market research purposes only. This market survey is conducted to identify potential sources capable of meeting the requirements to provide machining and coating services in accordance with the drawing packages provided by 96 TSS, Eglin AFB FL. All drawings are considered Scientific and Technical Information (STINFO) Distribution D and the Arms Export Control Act (Title 22, USC, Sec 2751, et seq) or the Export Administration Act of 1979, as amended. Thus the requirements can only be released to US DoD contractors and subcontractors. In order to be considered a DoD contractor or subcontractor, the contactor or subcontractor must currently be the holder of an active DoD contract. Drawings shall be provided to the contractor at the time of order and are provided in Solid Works Format. In most cases, the tolerances are such that Computer Numerical Controlled (CNC) machines are required. Coatings include nickel plating, powder coating, and painting as specified on the design drawings. Typically, the fixtures and enclosures shall be fabricated from aluminum, steel, and plastic as specified on the design drawings. The Air Force anticipates utilizing a Firm-Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) contract. The Air Force anticipates the ordering period will be a base year and four (4) option years. Information is being collected from all potential sources at this time. DoD firms responding to this announcement shall 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 National American Industry Classification System (NAICS) code for this action is 339999, size standard 500 employees. All prospective DoD contractors must be registered in the Central Contractor Registration (CCR) database to be awarded a DoD contract. Prospective contractors are cautioned to ensure that the proper NAICS code appears in their CCR. The Air Force has not yet determined the acquisition strategy for this requirement, including whether a set-aside strategy is applicable. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime contractors must perform over 50% of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14. All interested contractors shall submit a capabilities document not to exceed 8 pages. Provide recent, relevant experience in all areas, including whether this experience was as a prime or subprime contractor, whether it was in support of a Government or commercial contract and what the scope of the experience was. Recency is considered within the last three calendar years. Teaming and/or subcontracting arrangements shall be clearly delineated and previous experience in teaming must be provided. Interested contractors will clearly explain how they intend to meet the stated requirements: (1) the company has the technical knowledge and manufacturing capability to produce components according to description above, and (2) spare components delivered will meet form, fit, and performance requirements for physical and functional compatibility with provided drawings. Additionally, since the drawings are subject to the Arms Export Control Act please include a list of subcontractors that may be utilized in the performance of this contract. Please Include the following in your statement of capabilities: Company Name; Address; Point of Contact; Telephone number; E-Mail Address; current DoD contract number or numbers; CAGE Code; Web Page URL; and Small business size certification if applicable. Please submit one (1) electronic copy of your response to AFTC/PZIE (Eglin), Ms. June Crockett,june.crockett@eglin.af.mil no later than June 26, 2013 (date) at 1pm Central Time. The Government will neither award a contract solely on the basis of this synopsis nor will it reimburse the contractor for any costs associated with preparing or submitting a response to this notice. This synopsis does not constitute a Request for Quotation, Request for Proposal (RFP) or an Invitation for Bid (IFB), nor does this issuance restrict the Government's acquisition approach. The Government reserves the right to reject in whole or part any industry input as a result of this announcement. The Government recognizes that proprietary data may be a part of this effort. If so, clearly mark such restricted or proprietary data and present it as an addendum to the non-restricted/non-proprietary information. If the Government decides to award a contract for this or related effort, a solicitation will be published and posted on the FedBizOpps website. If you have any questions, you may contact Ms. June Crockett, Contracting Specialist, at June.Crockett@eglin.af.mil or Ms. Karen Wagner, Contracting Officer, at Karen.Wagner@eglin.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/60cf40000f0e3ab9803849e054baea14)
 
Place of Performance
Address: AFMC/AFTC, Air Force Test Center, 205 West D Avenue, Suite 414, Eglin AFB, Florida, 32542, United States
Zip Code: 32542
 
Record
SN03086387-W 20130613/130611235623-60cf40000f0e3ab9803849e054baea14 (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.