SOURCES SOUGHT
83 -- CWAS Boots - Package #1
- Notice Date
- 12/23/2013
- Notice Type
- Sources Sought
- NAICS
- 316210
— Footwear Manufacturing
- 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-14-0005
- Point of Contact
- Daniel O Stephens, Phone: 9379383812, Abby J. Morris, Phone: 9379383808
- E-Mail Address
-
daniel.stephens@us.af.mil, abby.morris@us.af.mil
(daniel.stephens@us.af.mil, abby.morris@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Attachment 3, Safe to Fly Test Plan Attachment 2, Test Standard References Attachment 1, Design/Performance/Sizing Information 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. 6. The acquisition strategy has not yet been determined. Market research results will assist the Air Force in determining whether this requirement will be a full and open, a small business set aside, or a sole source acquisition. If it is a small business set-aside, FAR 52.219-14, Limitations on Subcontracting will apply. 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. 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. 7. Companies may be contacted if we need further information to fully understand the marketplace. The Air Force Uniform Office (AFUO) is conducting market research seeking information from Industry on commercially available or non-developmental cold weather flame resistant boots that can be worn during flight operations and provide protection from arctic weather conditions. See Attachment 1 for salient characteristics. The AFUO is looking for boots that have been evaluated in accordance with as many material and end item tests as possible, as provided for reference in Attachment 2. Boots not meeting test requirements or not having been tested on each requirement will be considered. Identify if any boot test results provided in response incorporated socks as part of any boot test conducted. If so, identify the sock used by manufacturer and style number, fiber blend, material content, finishes and any special construction details. Safe-to-Fly requirements have been included in Attachment 3. Preferred material and end item test data have been provided for information only and data on boots made of different materials or not passing all tests will be considered. All attachments are to help vendors understand the properties and performance we are considering, not to eliminate items from consideration. The AFUO is looking for expressions of interest and capability statements. Only Berry Amendment compliant materials/capabilities or Berry waivered materials and information should be submitted. RESPONSE GUIDANCE: Please provide a white paper describing capabilities and a concept of how the boots' attributes meet some or all of the requirements in Attachments 1 and 2. Cold weather performance data in any format will be accepted (describe any assumptions or methods used to deduce cold weather performance). Include technical data sheets for physical properties. Sample items or sample components may be included. Include current unit price, per a published price list, for each boot described. Respondents should include their willingness to participate in future solicitations if most testing requirements will be at the respondent's expense. Respondents should also include a description of the company's background and experience and any other information that the respondents believe demonstrate value, performance and capabilities. As papers are received and reviewed, additional materials and/or information may be requested. Please submit responses by 23 January 2014 to the Point of Contact (POC) identified below. RFI Responses: 1. Please provide your RFI responses to daniel.stephens@us.af.mil by 5:00pm EST on 23 January 2014. Title e-mail responses in the subject line of the e-mail as follows: "Response to CWAS Boot RFI # WNUK-14-005." 2. Please limit your responses to no more than 15 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. 3. 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. 4. 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 which is not counted against the 15 page response limit: 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) Codes 316210, size standard 1,000 employees. 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. Small Disadvantaged Business (Yes/No) d. 8(a) Certified (Yes/No) e. HUB Zone Certified (Yes/No) f. Veteran Owned Small Business (Yes/No) g. Service Disabled Small Business (Yes/No) 10. Central Contractor Registration (Yes/No) 11. Statement as to whether your company is domestically or foreign owned (if foreign owned, please indicate country of ownership). Contracting Office Address: 1981 Monahan Way Bldg 12 Wright-Patterson AFB, Ohio 45433 United States
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/WNUK-14-0005/listing.html)
- Record
- SN03257328-W 20131225/131223234815-346ed75b332a19e27545b943826f8a60 (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 |