SPECIAL NOTICE
99 -- RAPID DEVELOPMENT INTEGRATION FACILITY (RDIF) INDUSTRY DAY/SOURCES SOUGHT NOTICE (SSN) - 10 Oct 2013 Sources Sought Notice
- Notice Date
- 1/14/2014
- Notice Type
- Special Notice
- NAICS
- 336411
— Aircraft 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
- RDIF
- Archive Date
- 2/8/2014
- Point of Contact
- Richard T. Saltsman, , Rosanna Rodgers,
- E-Mail Address
-
richard.saltsman@us.af.mil, rosanna.rodgers@us.af.mil
(richard.saltsman@us.af.mil, rosanna.rodgers@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- This is the 10 Oct 2013 Sources Sought Notice posting RAPID DEVELOPMENT INTEGRATION FACILITY (RDIF) INDUSTRY DAY/SOURCES SOUGHT NOTICE (SSN) The Air Force will conduct an Industry Day to discuss an anticipated release of a Request for Proposal for the RDIF. The RDIF contract is anticipated to be a small business set-aside, single award, indefinite delivery/indefinite quantity (ID/IQ) contract. The Air Force is gathering additional information in support of market research. PURPOSE: The Air Force will conduct Industry Days to discuss the RDIF's requirements outlined in the Sources Sought notice posted 10 Oct 2013 (see attachment). The purpose of this Industry Day is (1) to further engage industry in the effort in an interactive way to gather additional information to support on-going market research and (2) to identify sources that can provide capability that satisfies the Government's current requirements to rapidly deliver capability to the field. EVENT DETAILS: Location: The meeting will take place from 0900-1200 EST at Wright Patterson AFB (WPAFB), Ohio on Wednesday, 5 February 2014 at the RDIF's facility located in Area A, 5200 Skeel Ave, Bldg 148, WPAFB, OH 45433. The RDIF's facility is mostly an open hanger. A tour of the RDIF's facility will be given and an open session for questions will be held. One-on-one sessions will not be offered. Contractors who have specific questions may ask them in the general session. Questions may be submitted in advance to the contacts identified below. Answers to advance questions will be posted in this notice. Notification of attendance is required NO LATER THAN 1400 EST, 24 Jan 2014, submitted by e-mail to Rosanna Rodgers at rosanna.rodgers@us.af.mil AND Richard Saltsman at richard.saltsman@us.af.mil. Please provide the names and titles of no more than 4 individuals who will be attending and include company name, citizenship, address, business size, and cage code (if applicable). Also indicate which individual(s) require a visitor pass to gain on-base access. Individuals attending that do not have a Government issued Common Access Card (CAC) must obtain a visitor pass from the WPAFB Pass & Registration Office. In order to be issued a visitor pass, you must provide the full legal name of the person(s) in need of a pass, along with their email address and the state name and ID number of their state issued driver's license/ID card. Note: If an individual needs a visitor pass and this information is not provided along with the notice of attendance, on base access will not be provided for the industry day. Participation in this Industry Day is voluntary and in no way obligates the Government to award any contracts or pay any costs associated with such participation. SOURCES SOUGHT RESPONSE GUIDANCE: If you did not respond to the original SSN, you may do so now under separate cover. If you responded previously and have changes to your original submittal, italicize new information and strike through replaced information. If you plan to attend industry day, please bring your response along with you for delivery. If you do not plan to attend industry day, responses shall be sent to the attention of Ms. Katherine Hamblin, AFLCMC/WISK 1895 5th Street, Bldg 46, WPAFB, OH 45433-7233 and received not later than 1600 EST, 5 Feb 2014. Follow the response guidance and instructions in the original notice listed below: Please provide documentation that supports your company's ability to support the RDIF. Failure to provide adequate documentation will inhibit the government's assessment of your capabilities. If your company lacks sufficient capability, please provide details explaining how the company would overcome the shortfall in order to perform. Both large and small businesses are encouraged to respond to this RFI. Joint ventures or teaming arrangement are permissible. Please provide the following business information for your company, institution, or any teaming or joint venture partners: company name; address; point of contact; CAGE code; telephone number; email address; web page URL; size of business pursuant to the North American Industrial Classification System (NAICS) code; based on the above NAICS coded, state whether your company is a Small Business, Woman-Owned Small Business, Small Disadvantaged Business, 8(a) Certified, HUBZone Certified, Veteran-Owned Small Business, Service Disabled Small Business, and Central Contractor Registration. Also include a statement indicating whether the company is domestically or foreign owned. If foreign owned, please indicate the country of ownership. Finally, interested parties should submit information regarding possible subcontracting opportunities, preferred contract type, type of supplies/services offered (i.e., commercial and/or non-commercial), and examples of contracts held for similar efforts, including contract number and contracting point of contact. General capabilities and concepts should be submitted on CD-R or DVD-R in an electronic format that is compatible with Microsoft Windows and Office 2010. Two paper copies of the response shall be submitted, unbounded in three-ring binders and must be clearly labeled "Proprietary/Competition Sensitive Information" on cover sheets and in close proximity to this type of information on each applicable page. Proprietary/competition sensitive information will be protected from disclosure. The paper copies and the electronic versions must be identical in all respects. Page size shall be 8.5 x 11 inches, not including foldouts. Pages shall be single-spaced. The font type shall be Time New Roman or Arial, and font size shall be no less than 12 point. Use, at a minimum, 1-inch margin. No classified information shall be included in company submittals. Please limit response to 40 pages or less. This Industry Day/SSN is part of ongoing Government conducted market research for planning purposes. It is NOT a solicitation. This is NOT an Invitation for Bid (IFB) or a Request for Proposal (RFP). The Government does NOT intend to award a contract on the basis of this notice. The Government will NOT provide reimbursement for costs associated with this request. Responses will be treated as information only and will not be used as a proposal. The submitted documentation, upon delivery, becomes the property of the U.S. Government and will not be returned. Such information will be reviewed by a team comprised of Government as well as contractor personnel hired to provide technical assistance for the Government's preparation of an acquisition strategy. All members of the team will be reminded of their obligation to protect such information to the maximum extent required. All contractor members are required to protect the information by the terms of their contracts. The Government has also determined that the contractor personnel have no organizational conflicts of interest that could adversely affect protection of the information. The Government reserves the right to not reply to information received. The information respondents submit may be used to develop an acquisition strategy. The information in this notice is preliminary and may be updated or changed prior to any formal release of an RFP.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/RDIF/listing.html)
- Place of Performance
- Address: United States
- Record
- SN03267260-W 20140116/140114234304-fb7ca4f9ec67a4c42a800c18f88800c2 (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 |