Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 12, 2015 FBO #4949
SOURCES SOUGHT

16 -- STAR SAFIRE III

Notice Date
6/10/2015
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PK - WPAFB (includes PZ, WL, WW, WI, WN, WK, LP, WF, WK), 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218, United States
 
ZIP Code
45433-7218
 
Solicitation Number
FA8625-15-C-6507
 
Archive Date
8/10/2015
 
Point of Contact
Aaron M. Thompson, Phone: 9376565823
 
E-Mail Address
aaron.thompson.7@us.af.mil
(aaron.thompson.7@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The United States Air Force, Air Force Life Cycle Management Center, C-130J Division, Wright-Patterson AFB, Ohio is issuing this sources sought announcement as a means of conducting market research only and not a request for proposals. The Government intends to award a firm-fixed price contract to FLIR Systems, Inc. using other than full and open competition procedures pursuant to authority of 10 USC 2304(c)(4), FAR 6.302-4. This contract will allow for FLIR to provide seven (7) AN/AAQ-22 STAR SAFIRE III FLIR Sensors. Each system must consist of a stabilized Turret FLIR Unit (TFU), Central Electronics Unit (CEU), and a Universal Hand Control Unit (UHCU). Additionally, each system must possess the following capability features: Color CCD Television (TV) camera and Field of View Spotter, 640x512 Infra-Red Camera, Automatic Video Tracker, Mil Standard 1553B interface, Laser Illuminator, Laser Range Finder, and a Geo Point package with IMU, GPS Receiver, and NAV Processor. Moreover, FLIR will provide six (6) Custom Cable Installation Kits in order to integrate the video to the aircraft, six (6) Replacement Desiccator Cartridges specific to the AN/AAQ-22, in country operator training, and a two year warranty. Market research results will assist the Air Force in determining whether the information received from companies mitigates the limited sources basis listed above. Firms responding to this announcement should indicate whether they are an other than a small business, small business, small disadvantaged business (SDB), woman-owned small business (WOSB), economically disadvantaged women-owned small business (EDWOSB), 8(a)-certified business, service-disabled veteran-owned small business (SDVOSB), veteran-owned small business (VOSB), or Historically Underutilized Business Zone small business (HUBZone). The North American Industry Classification System (NAICS) code for this action is 334511, size standard 750 employees; please indicate number of employees (or aggregate dollar amount) relative to the indicated size standard. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. Note that the NAICS code for this requirement, if applicable to the company's capabilities, should be included in the company's NAICS code listing in SAM. Interested firms shall submit a capabilities package that should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. Recent, relevant experience in all areas should be provided. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. Note that, if there is sufficiently demonstrated interest and capability among small business contractors, a key factor in determining if an acquisition will be a Small Business Set-Aside is that two or more potential small business prime contractors must be capable of performing at least 50% of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14, Limitations on Subcontracting. If it is determined that a small business set-aside is appropriate and your company anticipates submitting a proposal as the prime contractor for a small business set-aside, please provide specific details and rationale as to how compliance with FAR clause 52.219-14 would be achieved, including specific details regarding teaming arrangements, etc. If subcontractors are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. Note that, if this effort is not set-aside for small business, small business utilization will be considered. Large and small businesses should provide a reasonable expectation for small business utilization as a percent of total contract value. Please provide supporting rationale for the recommended percentage. If a company is capable of some, but not all of the consolidated requirements stated in this sources sought synopsis, please provide a response that explains the requirements for which you are capable. TECHNICAL DATA IS NOT AVAILABLE FOR THESE REQUIREMENTS An Ombudsman has been established for this acquisition. The only purpose of the Ombudsman is to receive and communicate serious concerns from potential offerors when an offeror prefers not to use established channels to communicate concern during the proposal development phase of this acquisition. Potential sources should use established channels to request information, pose questions, and voice concerns before resorting to use of the Ombudsman. Potential sources are invited to contact AFLCMC's Ombudsman with serious concerns only: Ms. Jill Willingham AFLCMC/AQP WPAFB, OH 45433 DSN: 985-5472, Comm.: 937-255-5472 Routine communication concerning this synopsis should be directed to Aaron Thompson, Contracting Officer, aaron.thompson.7@us.af.mil Responses may be submitted electronically to the following email address no later than 12:00PM Eastern Standard Time, 24 July 2015: aaron.thompson.7@us.af.mil. Please direct all questions concerning this sources sought to Aaron Thompson at the above email address.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8625-15-C-6507 /listing.html)
 
Place of Performance
Address: Wilsonville, Oregon, 97070, United States
Zip Code: 97070
 
Record
SN03759541-W 20150612/150610235148-18fe8e467ca405425e25ff9a156606d7 (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.