SOURCES SOUGHT
99 -- JP8 Purge / Distillation System South B-674 - DRAFT Purchase Spec JP8 Purge Distillr Sys East side 4Aug14
- Notice Date
- 8/12/2014
- Notice Type
- Sources Sought
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment 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
- FA8224-15-JP8PDSB674
- Archive Date
- 9/27/2014
- Point of Contact
- Joseph Barthold, Phone: 801-586-7779
- E-Mail Address
-
joseph.barthold.1@us.af.mil
(joseph.barthold.1@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- DRAFT Purchase Spec JP8 Purge Distillr Sys East side 4Aug14 SOURCES SOUGHT NOTICE: Request for Information JP8 JET FUEL PURGE FLUID (MIL-PRF-38299) DISTILLATION SYSTEM FUEL AREA Building 674, HILL AFB FA8224-15- JP8PDSB674 Short Title: {JP8 Purge / Distillation System South B-674} 1. NOTICE: This is not a solicitation but rather a Sources Sought Synopsis to determine potential sources for information and planning purposes only. It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposal nor will any award be made as a result of this request for information (RFI). The Air Force will NOT be responsible for any costs incurred by interested parties in responding to this RFI. 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 336413, Other Aircraft Parts and Auxiliary Equipment Manufacturing 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 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. If you identify you company as a Small Business please indicate (with supporting rational) how your company would be Small Business given the restrictions identified in subparagraph (b)(1) of FAR Clause 52.219-14 (which states that at least 50 percent of the cost of the contract performance incurred for personnel shall be expended for employees of the concern) based on prescribing language of FAR 19.508(e) and 19.811-3(e) 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 United Stated Air Force at Ogden Air Logistics Complex (OO-ALC) is conducting market research seeking capable sources to provide all resources, materials, travel costs, and management required to purchase, manufacture and install a distiller and purge system to include, pumps, schedule 40 stainless steel piping, valves and a control system compatible with the Energy Management Control Systems (EMCS) base monitoring system. The system shall be a complete and operational distiller and purge system. This Purchase Specification shall not supersede applicable laws and regulations unless a specific exemption has been obtained. Attached is the DRAFT purchase specification for the JP8 Jet Fuel Purge Fluid Distillation System B674. Short Title: {JP8 Purge / Distillation System South B-674} 3. Anticipated Acquisition Strategy: The Government intends on using a firm fixed price pricing-arrangement. If you have rationale for a more appropriate pricing-arrangement, please specify Estimated period or performance. 4. Government Request: Interested parties are requested to submit a letter of interest, brief statement of current capability and responses to the attached Contractor Capabilities Questionnaire (CCQ). The Government will use this information to determine the best acquisition strategy for this procurement. Email responses are preferred and may be submitted to the Contracting POCs. Please limit your submissions to ten pages in PDF or Microsoft Word Format. Please email or mail submissions to Contracting POCs listed below by 01:00 pm MST, Sep 12, 2014. The Government will post updates to the Sources Sought and/or purchase Specification within the Federal Business Opportunities (FBO) website. Interested parties are requested to check this website periodically for updates and most current information.   CONTRACTOR CAPABILITY QUESTIONNAIRE JP8 JET FUEL PURGE FLUID (MIL-PRF-38299) DISTILLATION SYSTEM 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. b. Will the prime contractor perform at least 50% of the cost of the manufacturing the supply and/or total contract cost? c. Does the prime contractor qualify as a small business? 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 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. 3. Are there specific requirements in the documentation that we provided 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 Part V. JP8 Jet Fuel Purge Fluid (MIL-PRF-38299) Distillation System 1. 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).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 Distillation System manufactured in the U.S.? 5. Is the Software utilize in the programing of the operating system commercial off the shelf (COTS) or software developed by the contractor having propriety rights? a. If rights are proprietary, will the government receive Government Purpose Rights to allow the government and/or government contractors' access to the programing data? Part VI. Commerciality Questions: 1. Do you consider the requirements to be commercial (see FAR 2 definitions)? Is this item of a type customarily used by the general public or non-government entities for other than government purposes? Has this or a similar item been sold, leased, or licensed to the general public? If this is commercial off the shelf item that will require modifications, are the modifications of a type customarily available in the commercial marketplace? 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 01:00PM MST, 12 Sep 14. Email responses in PDF or Microsoft Word format are preferred. The point of contact information is listed below: AFMC AFSC OL:H/PZIMB JOSEPH BARTHOLD 6038 ASPEN AVE B1289 2nd Floor HILL AFB UT 84056-5805 TEL: 801-586-7779 joseph.barthold.1@us.af.mil <mailto:joseph.barthold.1@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/FA8224-15-JP8PDSB674/listing.html)
- Place of Performance
- Address: Hill AFB, Utah, 84056, United States
- Zip Code: 84056
- Zip Code: 84056
- Record
- SN03462018-W 20140814/140813022511-041f8dc6cbde28fc81e68519ce0c1e1e (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 |