Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 27, 2013 FBO #4386
MODIFICATION

83 -- Thinpack Sleeping Bag

Notice Date
11/25/2013
 
Notice Type
Modification/Amendment
 
NAICS
314999 — All Other Miscellaneous Textile Product Mills
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PK - WPAFB (includes PZ, WL, WW, WI, WN, WK, LP, WG, WF, WK), 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218, United States
 
ZIP Code
45433-7218
 
Solicitation Number
WNUK-14-001
 
Archive Date
1/16/2014
 
Point of Contact
Abby J. Morris, Phone: 9379383808
 
E-Mail Address
abby.morris@us.af.mil
(abby.morris@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
1. The Air Force Life Cycle Management Center (AFLCMC), Human Systems Division (AFLCMC/WNU) is conducting market research to identify, as potential sources, companies that may possess the expertise, capabilities, and experience to respond to the requirements listed in this document. AFLCMC is issuing this Request for Information (RFI) to explore cost effective options to provide this capability. This is an RFI only in accordance with Federal Acquisition Regulation (FAR) 52.215-3 - Request for Information or Solicitation for Planning Purposes (Oct 1997). This RFI is issued solely for information and planning purposes. It does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This RFI does not commit the Government to contract for any supply or service whatsoever. 2. AFLCMC is not at this time seeking proposals, and will not accept unsolicited proposals. Responders are advised that the U.S. Government will not pay for any information or administrative cost incurred in response to this RFI. Please be advised that all submissions become Government property and will not be returned. All costs associated with responding to this RFI will be solely at the responding party's expense. 3. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. Small Businesses are encouraged to provide responses to this RFI in order to assist AFLCMC in determining potential levels of competition available in the industry, as well as helping to establish a basis for developing any subsequent potential subcontract plan goal percentages. 4. In accordance with Federal Acquisition Regulation (FAR) 15.201(e), responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract. It is the responsibility of the interested parties to monitor the FedBizOpps site for additional information pertaining to this RFI. 5. Responders are solely responsible for all expenses associated with responding to this inquiry. This announcement is not to be construed as a formal solicitation. It does not commit the government to reply to information received, or to later publish a solicitation, or to award a contract based on this information. Performance Requirements: The Air Force (AF) seeks to identify firms with capabilities to provide/manufacture a readily available, non-developmental sleeping bag which provides thermal protection at temperatures of 0° F or colder. The sleeping bag must weigh no more than 4lbs with an objective of 2.5 lbs and must provide protection from rain, sleet, and snow. Additionally, the Air Force is looking for the sleeping bag to have a small footprint (pack dimensions of less than or equal to 13" X 13" X 1.5"). This can be achieved by vacuum sealing from the manufacturer. RESPONSE GUIDANCE: Please provide a white paper (no more than ten pages) and test results describing capabilities and a concept of how the sleeping bag will meet all of the requirements below. 3rd party ISO or CPSC certified labs are preferred. 1) Thermal protection 2) Protection from the elements (i.e. wind, rain, snow etc.) 3) Weight 4) Size (when rolled up, vacuum sealed, or whatever minimal size is) 5) Time (i.e. minutes, hours) of thermal protection 6) Ability to integrate with various AF aircraft and ejection seats (the F-22 and the ACES II are the most restrictive) 7) Sleeping bag material composition 8) Ability to be integrated into an ACES II ejection seat kit and meet the 13" X 13" X 1.5" dimensions 9) Ability to be vacuum seal and include various other emergency clothing items. RFI Responses: 1. Please provide a rough order of magnitude (ROM) or published price list for sleeping bag. If a commercial product is currently available, please provide all salient details regarding it. 2. Please provide your RFI responses to abby.morris@us.af.mil by 5:00pm EST on 1 Jan 2014. Title e-mail responses in the subject line of the e-mail as follows: "Response to Thinpack Sleeping Bag RFI # WNUK-14-001." 3. Please limit your responses to no more than 20 pages and identify a representative to support further Government inquiries and requests for clarification of the information provided, if needed. Marketing materials are considered an insufficient response to this RFI. 4. Verbal questions will NOT be accepted. All questions will be answered via posting answers to this FBO website; except as provided above. Additionally, questions must NOT contain trade secrets or classified information. The Government reserves the right to not address questions received after 31 Jan 2014. 5. Respondents should indicate which portions of their responses are proprietary and should mark them accordingly. All information received in response to this RFI that is properly marked as "proprietary" will be handled accordingly. Proprietary information must be clearly marked on the outside container and on the materials inside. The Government shall not be liable for, or suffer any consequential damages, for any proprietary information not properly identified. Additional Information Responses shall include the following information: 1. Company/Institute name 2. Address 3. Point of Contact 4. Cage Code 5. DUNS Number 6. Phone Number 7. E-mail Address 8. Web page URL 9. Size of business pursuant to North American Industry Classification System (NAICS) Code 314999 (size standard 500 employees). Please indicate number of employees relative to the indicated size standard. Based on the NAICS Code, state whether your company qualifies as a: a. Small Business (Yes/No) b. Woman Owned Small Business (Yes/No) c. Economically disadvantaged woman-owned (Yes/No) d. Small Disadvantaged Business (Yes/No) e. 8(a) Certified (Yes/No) f. HUB Zone Certified (Yes/No) g. Veteran Owned Small Business (Yes/No) h. Service Disabled Small Business (Yes/No) 10. System for Award Management (SAM) registration (Yes/No). Please note that all prospective contractors must be registered in SAM in order to be awarded a DoD contract. 11. Statement as to whether your company is domestically or foreign owned (if foreign owned, please indicate country of ownership). 12. Note that, if there is sufficient demonstrated interested and capability among small business contractors, a key factor in determining if an acquisition will be a Small Business Set-Aside is that two or more potential small business prime contractors must be capable of performing at least 50% of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14, Limitations on Subcontracting. If it is determined that a small business set-aside is appropriate and your company anticipates submitting a proposal as the prime contractor for a small business set-aside, please provide specific details and rationale as to how compliance with FAR clause 52.219-14 would be achieved, including specific details regarding teaming arrangements, etc. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. 13. Also note that, if this effort is not set-aside for small business, small business utilization will be considered. Request that large and small businesses provide a reasonable expectation for small business utilization as a percent of total contract value. Please provide supporting rationale for the recommended percentage. Contracting Office Address: Bldg 12 1981 Monahan Way Wright-Patterson AFB, Ohio 45433 United States Point of Contact: Abby Morris Contracting Officer abby.morris@us.af.mil 937-383-3808
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/WNUK-14-001/listing.html)
 
Record
SN03241163-W 20131127/131125234648-3e05c6e825d53e74bcea8b98cf44f11c (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.