Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 28, 2013 FBO #4387
MODIFICATION

16 -- B-1B STANBY INSTRUMENTS / SELF CONTAINED

Notice Date
11/26/2013
 
Notice Type
Modification/Amendment
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
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
FA810713R0006
 
Point of Contact
Eneshal Borders-Jones, Phone: 405-739-2281, Maisie H Raju, Phone: 405-739-2720
 
E-Mail Address
eneshal.borders-Jones@tinker.af.mil, maisie.raju@tinker.af.mil
(eneshal.borders-Jones@tinker.af.mil, maisie.raju@tinker.af.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT/ REQUEST FOR INFORMATION THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. This Sources Sought and Request for Information (RFI) is being issued to conduct additional market research for the Air Force to identify capable potential sources within specified NAICIS Codes, potential small business subcontracting opportunities, small business participation opportunities, and contract type for Engineering Manufacturing Design (EMD). General Information Document Type: Sources Sought/Request for Information Program: B-1 Self Contained Attitude Indicator ( SC AI) Solicitation Number: N/A Posted Date: November 25, 2013 Current Response Date: December 15, 2013 NLT 3:00pm CST Contracting Office Address Department of the Air Force, AFMC AFLCMC/WWKKB, Tinker AFB, 3001 Staff Drive, Tinker AFB, OK 73145, UNITED STATES Description NOTICE TO INDUSTRY The purpose of this Sources Sought/RFI is to update the revised Sources Sought/RFI sent out to industry on Oct 8, 2013. The Air Force is conducting additional market research to determine if possible Small Business subcontracting opportunities and Small Business Participation opportunities are feasible for the B-1 Self Contained Attitude Indicator (SCAI) procurement effort. The B-1 System Program Office (SPO) is considering replacing the current B-1B standby flight instrument: Standby Attitude Indicator, Standby Altimeter, and Standby Airspeed/Mach Indicator. As a result, the B-1 SPO is considering a single Electronic Standby Instrument System ( ESIS ). The Contractor shall provide a non-developmental unit that contains all three mechanical standby instruments on the B-1B aircraft: Standby Altimeter, Standby Airspeed/Mach Indicator, and Standby Attitude Indicator. The system should include a general description of all of the elements of the system to be installed, installation requirements of the system elements and interconnections between them, interfaces between the aircraft and each of the system elements, and environmental requirements/limitations of each system element. The Contractor shall also be required to design an installation procedure and an installation kit I AW B-1 System Requirements Document (SRD). The proposed North American Industry Classification Systems (NAICS) Codes are as follows: · 336411 Aircraft Manufacturing with a size standard of 1500 · 334511 Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing with a size standard of 750 · 336413 Other Aircraft Parts and Auxiliary Equipment Manufacturing with a size standard of 1000 The Government will use this information as one of the determining factors for the best acquisition strategy for this procurement. The government requests that interested parties respond to this notice if applicable and identify your small business status and related NAICS code. CONTRACT TYPE, COMPETITION, AND PERIOD OF PERFORMANCE The Government is currently contemplating Full and Open Competition strategy for this effort IAW with FAR Part 15. The contemplated contract type for this effort is an Indefinite Delivery Indefinite Quantity (IDIQ) with an ordering period of four years. The contemplated contract structure will include a CLIN for EMD and CLINs for kit production based on the year in which the order is placed. The Air Force plans to award the Basic and First Delivery Order simultaneously. The proposed pricing arrangement will entail a Cost Plus Fixed Fee (CPFF) for the development of an installation design, prototype and kit proof production, and development of technical data supplements and updates. A Firm Fixed Price (FFP) pricing arrangement will be utilized for the hardware procurement of installation kits and initial spare units. 1. Does your company see any issues with doing EMD as cost plus fixed fee, if so, please explain? 2. Does your company have an approved accounting system suitable for using CPFF? If not, would you be able to become approved before Jun 14? 3. The Government anticipates pricing BEQs for each year. Does your company see any issue with quantity ranges ? Additionally for the purpose of market research, the Air Force is seeking information regarding the capacity and capability of industry to involve small businesses (SB). Any responses pertaining to teaming or subcontracting agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming/subcontract SB partners. At the present time the government does not anticipate this effort being a small business set-aside. Small Business Participation will be evaluated as part of the technical and past performance evaluation. In addition, after contract award, Contract Performance Assessment Report (CPARS) will be rated on the "Utilization of Small Business." The contractor will be required to meet all small business participation requirements included in the contract, and fulfill all the requirements of the subcontracting plan included in the contract. The following questions are in reference to obtaining market research for that purpose. Provide the name of your company, appropriate NAAICS, the current size status under each NAAICS, and whether your company is interested in proposing as a prime or subcontractor Does your company see any small business subcontracting opportunities for this effort? (This applies to both small and large businesses.) a. If so, what specific areas do you believe are suitable for small business subcontracting? b. If not, why do you believe there are no/limited small business subcontracting opportunities? 3. What do you believe the appropriate Small Business Participation Goal should be for this effort? Goals should be presented in terms of total contract value NOT total subcontracted dollars. CONTRACTING OFFICE POC Name: Eneshal Borders-Jones Title: Contracting Negotiator Office: AFMC AF LCMC/WWKKB Phone #: (405) 739-2881 Email: eneshal.borders-jones@tinker.af.mil Name: Maisie Raju Title: Contracting Officer Office: AFMC AF LCMC/WWKKB Phone #: (405) 739 - 3926 Email: Maisie.Raju@us.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA810713R0006/listing.html)
 
Record
SN03241492-W 20131128/131126234218-5db08fda5e3a07f0f00ca2b4254cdfe5 (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.