Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 31, 2013 FBO #4359
MODIFICATION

16 -- E-4B Supply Chain Management - DRAFT PWS

Notice Date
10/29/2013
 
Notice Type
Modification/Amendment
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, PK/PZ Tinker AFB, 3001 Staff Drive, Ste 1AG76A, Tinker AFB, Oklahoma, 73145-3015, United States
 
ZIP Code
73145-3015
 
Solicitation Number
FA8106-12-R-0004
 
Point of Contact
Niem I Luu, Phone: (405)739-4451, Rosalinda R Deleon, Phone: 405-739-4201
 
E-Mail Address
niem.luu@tinker.af.mil, rosalinda.deleon@tinker.af.mil
(niem.luu@tinker.af.mil, rosalinda.deleon@tinker.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Draft PWS for E-4B CLS Sustainment E-4B Contractor Logistics Support (CLS) Sources Sought Synopsis This is a SOURCES SOUGHT SYNOPSIS. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. This Sources Sought Synopsis is in support of market research being conducted by the Air Force to identify capable potential sources. Several postings related to this requirement were previous posted under RFI #FA8106-11-R-0003; FA8106-11-R-0007; and FA8106-12-R-0004. Since then, the scope of work has been redefined and therefore a revised Sources Sought Synopsis is being posted. The United States Air Force, through the Oklahoma City Air Logistics Center (OC-ALC) is conducting market research to identify potential business sources interested in providing E-4B Contractor Logistics Support (CLS). The E-4B is a fleet of 4 highly modified Boeing 747-200s. Due to the small fleet size, aircraft availability is of primary importance to the E-4B community and should be thoroughly considered by prospective offerors. The E-4B serves as the National Airborne Operations Center (NAOC) for the National Command Authorities (NCA) and provides a worldwide-deployable, enduring node of the National Military Command System (NMCS) to fulfill national security requirements throughout the full spectrum of conflict. It is a modern, highly survivable, command, control and communications center to direct U.S. forces, execute emergency war orders and coordinate civil authorities' activities, including national contingency plans. For purposes of market research, the Government is seeking to understand the capability and capacity of all interested firms. Interested firms should respond to the following questions for the requirement described in the attached draft PWS. -- Please keep responses to 25 pages or less - 1) What challenges would your company expect to face while supporting the E-4B program? a. Explain how your company is best equipped to successfully overcome these challenges. 2) What challenges do you foresee in supporting an aircraft that processes highly classified information? Please explain. a. Does your company expect to see any information assurance challenges while supporting the E-4B? How will these challenges be successfully mitigated? 3) What experience does your company have with troubleshooting and restoring complex electrical equipment? a. What experiences does your company have supporting the repair of obsolete electrical components for aircraft communication systems? 4) What previous experience does your company have utilizing Federal Acquisition Regulations? a. Is your company familiar with Government processes of contracting, billing, and accounting? If so, please provide examples. 5) Are all of your company's capabilities to support an E-4B located within the United States? a. If not, where? 6) What type incentives does your company believe would best motivate you to offer continuous improvements while driving down cost? 7) In order to provide an acceptable proposal, the Offerors must already have access to all OMIT (Operation, Maintenance, Installation, Training) data from the OEM and other sources to interpret information and demonstrate sound technical and management knowledge of the requirements in the PWS, develop approaches to support, and price the proposal accurately. Note: The Government does not reimburse interested parties for cost of proposal preparation including fee for access on data right. a. How would your company gain access to Boeing 747-200 and other E-4B data proprietary to aircraft, mission systems, and engine Original Equipment Manufacturers that would provide the ability to build a technically acceptable proposal for depot maintenance of an E-4B performance of the PWS? b. Does your company have the resource to obtain such data and the time it would take? 8) The Government is contemplating an acquisition strategy of: NAICS Code 488190 (Other Support Activities for Air Transportation; Size standard $30M); FAR 15 Acquisition by Negotiation (non-commercial); Contract length of 5 to 8 years (Basic 1 to 2 years followed by 1-year options and incentive option years), Small Business Subcontracting Plan. a. Is your company interested in supporting this acquisition as a Prime Contractor or a Subcontractor? Provide the approximate percentage of work that will be performed as a Prime. b. Is your company classified as a Small Business or Large Business based on the NAICS code? c. What experience does your company have with Government business practices? i. Provide examples of DCMA surveillance for Cost Type contracts. ii. Describe your Government approved accounting system d. Provide your preference for contract length with justification. e. If you plan to propose as a Prime, please provide your proposed Small Business Subcontracting Plan for the following (see FAR 19): i. % of total contract dollars to small business subcontractor. ii. % of total subcontracting to veteran-owned small business. iii. % of total subcontracting to service- disabled veteran-owned small business. iv. % of total subcontracting to HUBZone small business. v. % of total subcontracting to small disadvantaged business. vi. % of total subcontracting to woman owned small business. 9) What are your company's recommendations and/or concerns with this source selection? 10) Provide any other comments you like. Responses must include the following: name and address of firm, capabilities related to the task areas above, size of business; intent to participate in the upcoming acquisition as a prime offeror; list of customers covering the past five years (highlight relevant work performed, contract numbers, contract type, dollar value of each procurement; and point of contact - address and phone number). The page limitation for this submission is twenty-five (25) pages. Any information submitted by respondents to this synopsis is strictly voluntary. The Government will not reimburse the respondents for any costs associated with their responses. This synopsis does not constitute a Request for Proposals (RFP), or an Invitation for Bids (IFB), nor does its issuance restrict the Government as to its ultimate acquisition approach. The Government will neither award a contract solely on the basis of this notice, nor pay for any information that is submitted by respondents to the Sources Sought request. The Government reserves the right to contact the submitting parties, on an as required basis, for further clarification on material provided. The Government will evaluate the information provided, use it to document our market research and develop the RFP. In addition, the Government will use its evaluation of the information and other research to determine the sources that appear qualified to perform the work required by the Government. Point of Contact: Contractors responding to this Sources Sought Synopsis shall submit the above information electronically no later than 28 November 2013, 4:30 PM EST to Niem Luu, neim.luu@tinker.af.mil, and Rosalinda Deleon, Rosalinda.deleon@tinker.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA8106-12-R-0004/listing.html)
 
Record
SN03224133-W 20131031/131029234319-088be2436d528e50a851da9d83e68399 (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.