Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 06, 2015 FBO #4943
SOURCES SOUGHT

J -- Restoration of Agena Missiles & LARC Vehicle - Agena B Technical Specifications - Agena A Technical Specifications - LARC Vehicle Technical Specifications

Notice Date
6/4/2015
 
Notice Type
Sources Sought
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Space Command, 45CONS (Bldg 423), 1201 Edward H White II St MS 7200, Patrick AFB, Florida, 32925-3238, United States
 
ZIP Code
32925-3238
 
Solicitation Number
FA2521-15-Q-A030
 
Archive Date
7/3/2015
 
Point of Contact
Candace R Longhofer, Phone: 3214764052
 
E-Mail Address
candace.longhofer@us.af.mil
(candace.longhofer@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
LARC Vehicle Technical Specifications Agena A Technical Specifications Agena B Technical Specificiations SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR PROPOSAL BUT INFORMATION AND PLANNING PURPOSES ONLY! It does not constitute a solicitation and/or quote and is not to be construed as a commitment by the Government. The Request for Quotation (RFQ) number is FA2521-15-Q-A030 shall be used to reference any written responses to this sources sought. Patrick Air Force Base anticipates a requirement that is being considered under a small business set-aside program. The North American Industry Classification Systems (NAICS) Code proposed is 336411. The size standard for NAICS is 1500 employees. This requirement is for the restoration of the Agena A & B drone missiles and the LARC vehicle on display at the Air Force Space and Missile Museum on Cape Canaveral AFS. See attached Technical Specifications: DBEH 12-7208, DBEH 12-7209 and DBEH 12-7210. Salient Characteristics: 1) Site work will consist of removing the LARC vehicle and Agena A & B missiles/dollies from display area and moving to a refurbishment facility. Once completed returned for display at CCAFS. 2) Corrosion control; Fabrication of skin sections or patches may be required for excessively corroded areas. 3) All work performed by, or under the direct supervision of an individual experienced in the restoration of historical aerospace artifacts. Proof of past historical restoration expericence shall be provided with proposal. 4) Development of a preventative maintenance and inspection plan required. 5) Lead based paint is suspected on the Agena dollies. Collection and appropriate disposal of paint and sanding residue is required to control heavy metals contamination. What is the purpose of the item(s): Historical representation of Air Force Space and Missile Program. 45 CONS is interested in any size business that is capable of meeting this requirement. The government is also interested in all small businesses including (8(a), Historically Underutilized Business Zone, Service Disabled Veteran Owned Small Businesses (SDVOSB), or, if applicable based on NAICS code, Economically disadvantaged women-owned small busines (EDWOSB) Women Owned Small Businesses (WOSB) that are interested in performing this requirement. The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, or SDVOSB, WOSB, EDWOSB, or small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers. 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. The Government will use this information in determining its small business set-aside decision." As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any government assessments. The Government's evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business designation (e.g. SDVOSB, HUBZone, 8(a), SDB, WOSB, VOSB, etc.). All interested firms shall submit a capabilities package that explicitly demonstrates company capabilities-indicating examples of commercial sales-and product specifications related to this effort. Also indicate if you are the manufacturer, or provide the name and size of the manufacturer of the product(s) you will be supplying. Respondents are further requested to indicate their status as a Foreign-owned/foreign-controlled firm and any contemplated us of foreign national employees on this effort. Include in your capabilities package your DUNS, Cage Code, and System for Award Management expiration date. Responses may be submitted electronically to the following e-mail address: candace.longhofer@us.af.mil ; by mail to 45 CONS/LGCAC, Attn: FA2521-15-Q-A030,14640 Hangar Rd, Bldg 1704, Rm 2134, MS2037, CCAFS, FL 32925. RESPONSES ARE DUE NO LATER THAN 18 Jun 2015.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/45CONSb423/FA2521-15-Q-A030/listing.html)
 
Place of Performance
Address: Air Force Space & Missile Museum, Cape Canaveral AS, Florida, 32925, United States
Zip Code: 32925
 
Record
SN03753475-W 20150606/150604235747-a534924e8f5106bf0bf7328bae830739 (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.