Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 13, 2014 FBO #4614
SOURCES SOUGHT

D -- Satellite Monitoring Services for ICBM Tractors

Notice Date
7/11/2014
 
Notice Type
Sources Sought
 
NAICS
517410 — Satellite Telecommunications
 
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-SMS
 
Archive Date
8/12/2014
 
Point of Contact
Randy W Tobler, Phone: 8015863335
 
E-Mail Address
Randall.Tobler@us.af.mil
(Randall.Tobler@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Satellite Monitoring Services for ICBM Tractors 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 517410, which has a corresponding Size standard of $30.0M. 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: It is the intent of the Government to acquire satellite monitoring for ICBM tractors equipped with Qualcomm Mobile Computing Platforms (MCP) 200 systems. The contractor shall provide all trained personnel, resources, materials, travel costs, and management required to monitor equipped tractors compatible with MCP200 systems. Additionally, vendor must be able to provide government personnel 24/7 access to monitoring interface. The monitoring system must also be equipped with a "panic button" feature. This feature, when activated, must be able to immediately notify Hill Air Force Base Command Post via commercial telephone. Notification shall include location of activated device. 3. INDUSTRY DAYS: Interested parties are invited to attend Industry Day on 7 August 2014 at 1:00 pm until 3:00 pm. To schedule attendance, contact Brendan Vaughan at phone number (801) 777-6513 or email brendan.vaughan@us.af.mil no later than 1 August 2014, by 12:00 pm MST. You will need to provide Driver's License or ID card number and two-digit state of issue. Your company will not be allowed to exceed the two (2) individual representation limits. 4. 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, 28 July, 2014. CONTRACTOR CAPABILITY QUESTIONNAIRE PLASTIC MEDIA BLAST BOOTH EQUIPMENT PROJECT NUMBER 275 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 you 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. Are you anticipating your company to be a prime contractor or a subcontractor? 3. 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. Part III. 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. Are there specific requirements in the documentation that we provide that would currently preclude your product from being a viable solution to our requirement? 4. Discuss any concerns you may have with our requirement or specification 5. Describe your company's past experience install equipment in phases and ability to limit disruption to normal everyday production activities. Part IV. 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, 28 July, 2014. Email responses in PDF or Microsoft Word format are preferred. The point of contact information is listed below: OO-ALC/PZIMA Mr. Randy Tobler Contracting Officer 6038 Aspen Ave. Bldg. 1289 2nd Flr Phone: (801) 586-3335 Email: Randall.Tobler@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-R-SMS/listing.html)
 
Record
SN03422562-W 20140713/140712022433-c5c4c20914bce217e4c0b8eb816fc289 (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.