Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 06, 2013 FBO #4334
SOURCES SOUGHT

59 -- F-35 EWS Simulator Parts - Draft Statement of Work

Notice Date
10/4/2013
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFTC/PZIE - Eglin, 205 W D Ave, Bldg 350, Ste 414, Eglin AFB, Florida, 32542, United States
 
ZIP Code
32542
 
Solicitation Number
FA2487-14-D-023301
 
Archive Date
11/2/2013
 
Point of Contact
Ian Y. Coleman, Phone: 8508820173
 
E-Mail Address
ian.coleman@us.af.mil
(ian.coleman@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is the Government's draft Statement of Work for this requirement. It is intended to provide interested parties with the scope of this requirement. A sources sought synopsis was posted under solicitation # Simulator-Parts on 3 June 2013. Since then the agency has identified the need to not only have the ability to procure particular initial spare parts and consumables for use with the F-35 United States Reprogramming Laboratory (USRL) for the 513th Electronic Warfare Squadron, 53rd Electronic Warfare Group, 53rd Wing, at Eglin Air Force Base, but also to have the ability to (1) buy reoccurring spares; (2) repair and refurbish current inventory; (3) obtain technical engineering support; and (4) provide additional spare components as required to support future block upgrades. 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 strategic market research purposes only. This market survey is conducted to identify potential sources capable of meeting all of the requirements as stated above and further defined in the Statement of Work (SOW) Attachment 1 to this source sought. The Air Force still anticipates utilizing a Firm-Fixed Price (FFP) 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 who can meet all of the requirements as defined in the draft SOW Attachment 1 for this source sought. 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 334511, size standard 750 employees. All prospective contractors must be registered in the System for Award Management (SAM) database and have an active CAGE Code in Wide Area Workflow (WAWF) to be awarded a DoD contract. Prospective contractors are cautioned to ensure that the proper NAICS code appears in their SAM profile. 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 SetAside 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 6-8 page capabilities document. Provide recent, relevant experience in all areas, including whether this experience was as a prime or subcontractor, whether it was in support of a Government or commercial contract and what the scope of the experience was. 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. The Air Force has no developmental funding for this procurement. The Government does not own a technical data package for the USRL system or its unique support equipment and cannot provide one to an interested party. Company Name; Address; Point of Contact; Telephone number; E-Mail Address; 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), Capt Ian Coleman, ian.coleman@eglin.af.mil no later than October 18, 2013, 12pm Central Standard 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 you wish to provide. If the Government decides to award a contract for this or a related effort, a solicitation will be published and posted on the Federal Business Opportunities s website. If you have any questions, you may contact Capt Ian Coleman, Contracting Officer, at ian.coleman@us.af.mil or Ms. Karen Wagner, Contracting Officer at Karen.Wagner.1@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/298135fba58cd62b0b530647c17ee795)
 
Place of Performance
Address: 513th Electronic Warfare Squadron, Eglin AFB, Florida, 32542, United States
Zip Code: 32542
 
Record
SN03211755-W 20131006/131004233903-298135fba58cd62b0b530647c17ee795 (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.