Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 30, 2014 FBO #4540
SOURCES SOUGHT

L -- DTB ENGINEERING AND TECH SUPPORT

Notice Date
4/28/2014
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC / AFSC / AFNWC - HILL AFB, ., Hill AFB, Utah, 84056, United States
 
ZIP Code
84056
 
Solicitation Number
FA8224-14-DTB
 
Archive Date
5/28/2014
 
Point of Contact
William G. Sholler, Phone: 8017752197, Francene T. Bielik, Phone: 801-775-4499
 
E-Mail Address
william.sholler@hill.af.mil, francene.bielik@hill.af.mil
(william.sholler@hill.af.mil, francene.bielik@hill.af.mil)
 
Small Business Set-Aside
N/A
 
Description
ENGINEERING/MAINTENANCE SERVICE -HYDRAULIC TEST SYSTEM SOURCES SOUGHT SYNOPSIS: 1. NOTICE: This is not a solicitation but rather a Sources Sought Synopsis to determine potential sources for information and planning purposes only. The Government will not pay for the information requested herein. Only non-classified information shall be provided in your response. Copies of the submitted information may be reproduced for Government review. 1.1 PURPOSE: This Sources Sought is to conduct market research to determine if responsible sources exist, to assist in determining if this effort can be competitive and/or a total Small Business Set-Aside. The proposed North American Industry Classification Systems (NAICS) Code is 541330 (Size Standard $17M) - Engineering Services; if another NAICS code is found to better suit this effort then it shall be included. The Government will use this information to determine the best acquisition strategy for this procurement. The Government is interested in all small businesses to include 8(a), Service-Disabled Veteran-Owned, Hubzone, and Women-Owned small business concerns. The government requests that interested parties respond to this notice if applicable and identify your small business status to the identified NAICS code. Additionally, please provide any anticipated teaming arrangements, along with a description of similar services offered to the Government and to commercial customers for the past three years. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. 2. PROGRAM DETAILS: Market Research is being conducted to seek qualified contractors other than DAYTON T. BROWN INC. with the skills, knowledge, and resources required to complete this effort. The Government is seeking qualified contractors to provide engineering and technical support services. These services are to support of eight (8) Dayton T. Brown hydraulic test systems: 1 each LE6000R General Purpose Test Systems 3 each VP5025D Pump/Motor Test Systems 1 each VP5015D Pump/Motor Test Systems 1 each VP5005D Pump/Motor Test Systems 1 each VP505D Pump/Motor Test System 1 each CPS6250 Hydraulic Power Supply The Air Force is in the process of preparing documentation to gain the required approval to issue a sole source Justification & Approval (J&A) for proposal to Dayton T. Brown which has supported the Air Force in this capacity at Hill AFB, UT for the past seventeen (17) years. Statutory authority is 10 U.S.C. 2304 (C) (1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. The proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with only one, or a limited number of sources under the authority of FAR 6.302-1. This sources sought synopsis is for information and budget planning only and does not constitute a solicitation, nor is it to be construed as a commitment by the Government. Dayton T. Brown, Bohemia, New York is the only known source that has the requisite expertise of executing required engineering and technical services to support the hydraulic test system components. Dayton T. Brown is the Original Equipment Manufacturer (OEM) for the identified test systems and owns the proprietary data (including source code) and drawings used by the incumbent contractor and the 309th Commodities Maintenance Group (CMXG) on Hill Air Force Base. The proprietary data is used to repair, maintain, and upgrade hydraulic test systems and develop Automated Test Procedures (ATP) to incorporate new workload. Required data includes: OO-ALC Pump T.O. Automatic Test Procedures for VP5000D Test Systems OO-ALC Motor T.O. Automatic Test Procedures for VP5000D Test Systems Dayton T. Brown, Inc. Pump Automatic and Manual Mode test system software Dayton T. Brown, Inc. Motor Automatic and Manual Mode test system software Dayton T. Brown, Inc. VP5000D Calibration Software Dayton T. Brown, Inc. IDACS System Software (VP5000D, LE6000R systems) Dayton T. Brown, Inc. LE6000R Automatic and Manual Mode test system software Subject to the Government's consideration, a viable source, not already qualified to provide the requisite services should submit a concise and service specific response presenting sufficient information to substantiate that: (1) they possess the necessary skills and resources to repair, maintain, and upgrade identified hydraulic test systems (2) they possess the OEM proprietary data and drawings used to design, develop and integrate ATP utilized for equipment use. 3. GOVERNMENT REQUEST: Interested parties are requested to submit a letter of interest, brief statement of current capability and responses to the attached Capabilities Questionnaire. The Government will use this information to determine the best acquisition strategy for this procurement. Please limit your submissions to ten pages in PDF or Microsoft Word Format. In order to be considered in this Source Sought, please reply by 12:00 PM MST, 13 May, 2014.   CONTRACTOR CAPABILITY QUESTIONNAIRE ENGINEERING/MAINTENANCE SERVICES -HYDRAULIC TEST SYSTEMS Part I. Business Information 1. Company/Institute Name: 2. CAGE Code: 3. Company Point of Contact a. Name b. Telephone # c. Email address 4. Physical Address: 5. Web Page URL: 6. Provide your company's North American Industry Classification System (NAICS) Code: a. If your company is a small business, it a woman owned business, small disadvantaged business, 8(a) business, HUB Zone business, Serviced Disabled Veteran Owned Business, etc. Part II. Capability Survey Questions 1. Provide your suggested NAICS code. 2. Response to (1) & (2) above. 3. Are you anticipating your company to be a prime contractor or a subcontractor? 4. Are you anticipating a teaming arrangement? a. Any responses on teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. 5. Regarding all data deliverables, are you willing to provide: Unlimited Rights? Government Purpose Data Rights? Form, fit, function technical data as identified in DFARS Clauses 252.217-7015 and 252.217-7013? Part III. Financial Information 1. Describe financing methods customarily provided by buyers in this industry (industry defined by the NAICS code or by providing this type of requirement). Note: the Air Force (AF) is not authorized to make advance payments (payments before costs are incurred or work is completed). 2. Describe need or importance of receiving buyer financing vs. seller financing. 3. Describe security seller could provide buyer in return for buyer financing. Part IV. General Capability Questions: 1. Describe briefly the capabilities of your facility and the nature of the goods and/or services you provide. Include a description of your staff composition and management structure. 2. Describe your company's past experience on previous projects similar in complexity to this requirement. Include contract numbers, a brief description of the work performed, period of performance, agency/organization supported, and individual point of contact (Contracting Officer or Program Manager). 3. Describe your company's capabilities and experience in generating technical data, engineering drawings and manuals. Identify what software programs are utilized to generate these data products and what formats are available for delivered items. 4. Are there specific requirements in the documentation that we provide that would currently preclude your product from being a viable solution to our requirement? 5. Discuss any concerns you may have with our requirement or specification 6. Describe your company's past experience install equipment in phases and ability to limit disruption to normal everyday production activities. 7. After reviewing the Purchase Specification can you provide an estimated installation time frame? Part VI. Hardware Production 1. Describe your provision of same or similar requirements. Include quantities, customer, and date of delivery and period of performance. 2. Describe your capability and experiences in the manufacturing/fabrication of components. 3. What quality assurance processes and test qualification practices does your company employ? Please provide a description of your quality program (ISO 9000, QS-9000, EIA-599, or otherwise)? 4. Are your test stands manufactured in the U.S.? Part VII. Commerciality Questions: 1. Do you consider the requirements to be commercial (see FAR 2 definitions)? Please provide supporting rationale (based on the FAR Part 2 definition). 2. Are there established catalog or market prices for our requirement? If you offer this product and/or service to both U.S. Government and commercial sources, is the same workforce used for both the U.S. Government and general public? Is our requirement offered to both under similar terms and conditions? Briefly describe any differences. 3. Describe your standard warranty and return process for goods and services furnished to the government for items similar in nature to this requirement. Interested offerors should send a response to the sources sought inquiry and the questions listed above to the Contracting Officer. Responses should be submitted by 12:00 PM MST, 13 May, 2014. Email responses in PDF or Microsoft Word format are preferred. The point of contact information is listed below: OO-ALC/PZIMB William Sholler Contracting Officer 6038 Aspen Ave. Bldg. 1289 2nd Flr Phone: (801) 775-2197 Email: william.sholler@us.af.mil Alternate OO-ALC/PZIMB Francene Bielik Contracting Officer 6038 Aspen Ave. Bldg. 1289 2nd Flr Phone: (801) 775-4499 Email: francene.bielik@us.af.mil The information provided is for the Air Force's market research and is given understanding the AF has no obligation to pay for the information. The information may be used in developing a request for proposals (RFP) but does not obligate the AF to issue an RFP or contract. Any proprietary information submitted may be used as a general concept but specific information will be safeguarded as proprietary, if so marked.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FA8224-14-DTB /listing.html)
 
Place of Performance
Address: HILL AIR FORCE BASE, HILL AIR FORCE BASE, Utah, 84056, United States
Zip Code: 84056
 
Record
SN03349770-W 20140430/140428234113-013b7f29a744b93bda7580dafff8732c (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.