MODIFICATION
R -- Multi-platform Engineering Services Support
- Notice Date
- 7/1/2015
- Notice Type
- Modification/Amendment
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, PK/PZ Tinker AFB, 3001 Staff Drive, Ste 1AG76A, Tinker AFB, Oklahoma, 73145-3015, United States
- ZIP Code
- 73145-3015
- Solicitation Number
- MPESS_SSS-0001
- Archive Date
- 12/17/2014
- Point of Contact
- Tiffany M. Rodriguez, Phone: 405-734-1516
- E-Mail Address
-
tiffany.rodriguez.4@us.af.mil
(tiffany.rodriguez.4@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Sources Sought Synopsis The amendment to this Sources Sought Synopsis (SSS) notice is for market research and acquisition planning purposes only. The purpose of this SSS is to identify potential sources and if this effort can be competitive or a Small Business Set-Aside. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. The Life Cycle Management Center through the Oklahoma City Air Logistics Complex is requesting information for the procurement of engineering services in support of FAA certified commercial derivative aircraft manufactured by The Boeing Company. This SSS is open to all types of businesses including small businesses. The information in this notice is based on current information available to date. This information is subject to change and is not binding to the Government. Any updated information will be provided in future announcements, if applicable and posted electronically on the Federal Business Opportunities website at www.fbo.gov. Contractors not responding to this Sources Sought will not be precluded from participation in any future solicitation, if issued. The proposed North American Industry Classification Systems (NAICS) Code is 541330 - Engineering Services which has a corresponding Size Standard of $38.5M. The Government will use this information to determine the best acquisition strategy for this procurement. The Government is interested in all businesses to include, Small Businesses, Small Disadvantaged Businesses 8(a)s, Service-Disabled Veteran-Owned Small Businesses, Hubzone Businesses, and Women-Owned Small Businesses. The Government requests that interested parties respond to this notice, if applicable, and identify your small business status to the identified NAICS code. The Government anticipates an Indefinite Delivery/Indefinite Quantity (ID/IQ) contract issued with a one-year basic contract period, nine one-year option periods, with an option to extend services by a period not to exceed six months from expiration of basic period or latest exercised option period. The Government requests industry input on proposed contract type (ID/IQ) and overall contract period (one-year basic, nine one-year option periods). Additionally, contractors interested in responding may submit a capability statement to include the following information and/or documentation that demonstrate technical capability in the 4 areas listed below. These areas are considered critical for achieving successful technical performance: 1. Qualified contractors are required to have proprietary information agreements with the Original Equipment Manufacturer (OEM), Boeing, for technical data interchange. 2. Qualified contractors are required to have in-depth knowledge of the following commercial derivative platforms: VC-25 (B747-200), E-4B (B747-200), C-32 (B757), C-40B (B737), C-40C (B737), NT-43 (B737), E-8 (B707), and C-9 (DC-9). 3. Qualified contractors must possess the technical expertise, financial capability, equipment and infrastructure, and personnel resources that are required to accomplish recurring and non-recurring engineering services. 4. Qualified contractors are required to interpret and integrate OEM proprietary design data, modification data, production data and employ personnel with special skills such as aerodynamics, structural and electrical design, stress analysis, corrosion, engines, maintenance planning, non-destructive inspection, technical writing and FAA Designated Engineering Representatives (DER). Contractors responding to this SSS shall submit the following information electronically no later than 3 August 2015 4:30 PM CST to tiffany.rodriguez.4@us.af.mil. Responses must include the following: 1) Company Name and Address 2) Capabilities related to the task areas above 3) Size of business by NAIC code 4) Average annual revenues for past three years 5) Number of employees 6) Type of business (large, small, small disadvantaged, etc.) 7) Number of years in business 8) Affiliate information (parent company, joint venture partners, etc.) 9) Intent to participate in the upcoming acquisition as a prime offeror 10) Highlight relevant work performed over the past five years (contract number, contract type, dollar value, and point of contact). 11) Point of Contact for questions and/or clarifications 12) DUNS Number 13) CAGE Code 14) Telephone Number, fax and e-mail address Notes: The page limitation for the submission is ten (10) pages (8.5 X 11"). Any information submitted by respondents to this SSS is strictly voluntary. The Government will not reimburse the respondents for any costs associated with their responses. This SSS does not constitute a Request for Proposals or an Invitation for Bids, nor does its issuance restrict the Government as to its ultimate acquisition approach. The Government will neither award a contract solely on the basis of this notice, nor pay for any information that is submitted by respondents. The Government reserves the right to contact the submitting parties on an as required basis for further clarification on material provided. The Government will evaluate the information provided and use it as needed during the development of the RFP. In addition, the Government will use its evaluation of the information and other research to determine the sources that appear qualified to perform the work required by the Government.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/MPESS_SSS-0001/listing.html)
- Record
- SN03783650-W 20150703/150702000425-4f362453d7f3862e300dc5ed466992d2 (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 |