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

Y -- Assembly HEDS DOME - RFI

Notice Date
4/28/2014
 
Notice Type
Sources Sought
 
NAICS
333318 — Other Commercial and Service Industry Machinery Manufacturing
 
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-R-DOME
 
Point of Contact
Shauna A. H. Lyon, Phone: 8015869165
 
E-Mail Address
shauna.lyon@us.af.mil
(shauna.lyon@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Description of Request for Information, Please note the timeframes for on-site review of DOME. General Information Notice Type: Request For Information Number : Sources Sought Notice/Request for Information (RFI) FA8224-14-R-DOME Solicitation Number: TBD Posted Date: April 28, 2014 Response Date: May 19, 2014 Classification Code: Y NAICS: 333318 Contracting Office Address Department of the Air Force, Air Force Material Center, OO-ALC/PZIM 6038 Aspen Ave (Bldg 1289), Hill AFB, UT, 84056-5805. Description 1. NOTICE: This is not a solicitation but rather a Sources Sought Synopsis to determine potential sources for information and planning purposes only. 1.1 The purpose of 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 333318 which has a corresponding Size standard of 1,000. 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 8a, Service-Disabled VeteranOwned, 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: The contractor shall provide all management, tools, supplies, equipment, and labor necessary to assemble and surface a self-supporting spherical simulation dome. The HEDS Rear Projection dome is a partial translucent sphere with a diameter of 16.5 feet. It covers 360 degrees horizontally, 90 degrees up vertically from the equator, and 35 degrees down vertically, with a rear entry (5'8" in width and standard door height) for personnel and cockpit equipment. The following property will be Government furnished: 1. Sixteen and a half foot diameter ¼" thick acrylic dome in 10 separated sections (8 wrapping around the equator, 2 overlapping the top) plus the door frame 2. Dome base 3. Equator ring (used to hold panels in place prior to seaming) 4. Entry way frame (2 parts) The dome components are in room 173 of building 1515, with the 8 vertical pieces currently held upright in approximately their final position (to preserve their correct shape). The 2 cap pieces are stored upright in the same room. The dome base is in place anchored to the concrete floor in correct position and orientation in the same room. The following services are needed to complete the dome assembly: 1. FILL THE SEAMS. The panels shall be placed accurately and seams shall be filled to support the dome panels such that the dome will be free-standing and self-supporting when completed and enable a rear projected image to be clearly seen throughout the interior of the dome without noticeable loss of intensity or resolution. The seams after assembly shall not have any part that protrudes from the normal spherical surface on the inside or outside since any protrusion would unacceptably limit the projectors to certain angles and placement options. The joint seams shall be translucent and allow for nearly uninterrupted viewing. "Nearly uninterrupted" shall be defined as a 1 arc-minute translucent seam width at an 8' viewing distance (essentially eye limited). "Translucent" shall be defined as a rear-projected image spanning from one panel across a seam to an adjacent panel shall have approximately the same brightness and sharpness in the seam as in the adjacent panels. These joints shall contain no opaque components. Contractor shall supply all materials and tools necessary for filling seams and provide for ventilation of fumes and dust resulting from these processes. 2. POLISH THE DOME SURFACE INCLUDING SEAMS. The joint seams shall be translucent and allow for nearly uninterrupted viewing. "Nearly uninterrupted" shall be defined as a 1 arc-minute translucent seam width at an 8' viewing distance (essentially eye limited). These joints shall contain no opaque components. Contractor shall supply all materials and tools necessary for filling seams and provide for ventilation of fumes and dust resulting from these processes. Contractor shall supply all materials and tools necessary for filling seams and provide for ventilation of fumes and dust resulting from these processes. 3. COAT THE DOME SURFACE. The dome surface coating shall provide uniform coverage such that the measured transmittance of light at any spot on the dome projection surface shall not be more than 20% more than the dimmest spot on the dome projection surface. Any luminosity differences shall be smooth transitions over a large enough area that there are no transitions perceptible by eye viewing from the center of the dome - no streaks, stripes or edges apparent. The apparent color of the dome surface shall be white with no perceptible variation. The gain for rear projection on the surface shall be approximately 1.0 as measured from the center of the dome with a half gain angle of at least 40 degrees. Contractor shall provide for ventilation of fumes and dust during the surface coating procedure. Contractor shall supply all materials and tools necessary for coating the dome surface. The gain for rear projection on the surface shall be approximately 1.0 as measured from the center of the dome with a half gain angle greater than 45 degrees. Special Considerations Contract award decision may be based upon an evaluation of cost and non-cost factors (i.e., technical capability, past performance, etc.). This is not a solicitation but rather a Sources Sought Synopsis to determine potential sources for information and planning purposes only. Sources Sought Notice 1. What quality control measures do you currently have in place (ISO 9000, 9001, AS9100, NADCAP (National Aerospace and Defense Contractors Accreditation Program))? 2. The applicable North American Industry Classification system (NAICS) code for this acquisition is listed above. Based on this NAIC code, what is your size status?  Small Business  Small Disadvantaged  Women-Owned  Veteran-Owned  Service Disabled Veteran Owned  Hub-zone  Large Business 3. Based on your knowledge of the requirement outlined in the program details, do you believe that the NAICS code for this effort is correct? 4. How many employees are in your company? 5. What is your company annual revenue? 6. Are you currently registered in the SAM system which has replaced the Central Contractor Registry (CCR), Online Representations and Certifications Application (ORCA)? Are you registered in Wide Area Workflow (WAWF)? 7. What suggestions, if any, do you have for contract (including evaluation criteria, CLIN structure, contract structure, or other topics)? 8. Is a warranty provided, if so, what is the duration? 9. What is the worst case schedule for an estimated completion of this service?? 10. Can the ALL Specifications outlined in the program details can be met? If not, which ones and why? 11. Can you provide a Rough Order of Magnitude (ROM) for this service? 12. The Government can also provide time frames for Industry to do site survey or review of current DOME Structure. Interested parties should contact the POC. Current available site reviews can be conducted from 29 April 2014 to 16 May 2014. There is an additional window of opportunity in June 2014 that the government will entertain interested parties. REQUEST FOR INFORMATION REQUIREMENTS: Please submit two copies of your response to the Sources Sought Synopsis in an executive summary format not to exceed five (10) pages. If your response includes information you consider proprietary, please mark the information in accordance with regulatory guidance. Please do not include company brochures or other marketing information. Please see below for contact information. Capabilities statement should be submitted via e-mail to the below POC's : no later than 2:00 pm Mountain Standard Time (MST) on Monday, May 19, 2014. Disclaimer THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS RFI OR TO OTHERWISE PAY FOR THE INFORMATION SOLICITED. This RFI is issued for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked Proprietary or competition sensitive will be handled accordingly. Responses to the RFI will not be returned. The responses to this notice are not an offer and cannot be accepted by the Government to form a binding contract. The Government reserves the right to reject, in whole or in part, any contractor's input resulting from this RFI. Responders are solely responsible for all expenses associated with responding to this RFI. Primary Point of Contact: Shauna Lyon, Contracting Officer Phone: (801) 586-9165, Email: shauna.lyon@us.af.mil 6038 Aspen Ave, Bldg 1289 Upstairs Hill AFB, UT 84056-5805
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FA8224-14-R-DOME/listing.html)
 
Place of Performance
Address: Hill AFB, Utah, Hill AFB, Utah, 84056, United States
Zip Code: 84056
 
Record
SN03350155-W 20140430/140428234500-9321ef86324b22d89dd7cbe861972890 (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.