Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 19, 2015 FBO #5017
SOLICITATION NOTICE

R -- Contractor Logistics Support - DRAFT Performace Work Statement

Notice Date
8/17/2015
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, Air Force Material Command, 772 ESS/PKH, 139 Barnes Drive, Suite 1, Tyndall Air Force Base, Florida, 32403, United States
 
ZIP Code
32403
 
Solicitation Number
FA8681-15-RFI-0800
 
Archive Date
10/13/2015
 
Point of Contact
Lily Campbell, Phone: 850-885-4370, Mary Harriott, Phone: 850-885-4373
 
E-Mail Address
liliane.campbell@us.af.mil, mary.harriott@us.af.mil
(liliane.campbell@us.af.mil, mary.harriott@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
DRAFT Performance Work Statement for CLS Request for Information Number: FA8681-15-RFI-0800 Notice Type: Sources Sought Title: Contractor Logistics Support for AN/ASQ 236 Pod DISCLOSURE: This is a Request for Information (RFI) notice only. This RFI is for informational planning purposes and it is not to be construed as a commitment by the Government for any actual procurement of materials, machinery, or services. This notice does not constitute a solicitation or a promise of a solicitation in the future. This RFI does not commit the Government to a contract for any supply or service. Respondents are advised that the Government will not pay for any information or administrative costs incurred in response to this RFI. All costs associated with responding to this RFI are solely at the responding parties' expense. Respondents are solely responsible for properly marking and clearly identifying any proprietary information or trade secrets contained within their response. The Government will not be liable for, or suffer any consequential damages for any proprietary information not properly marked or clearly identified. Proprietary information received in response to this RFI will be safeguarded and handled in accordance with applicable Government regulations. Responses to this notice are not offers and will not be accepted by the Government to form a binding contract or agreement. The Government will not be obligated to pursue any particular acquisition alternative because of this RFI. Responses to the RFI will not be returned. Not responding to this RFI does not preclude participation in any future solicitation, if one is issued. Specific responses to the approaches will not disqualify or have an impact on participation and evaluation on future solicitations, if issued. General and Background Information: T he Air Force Life Cycle Management Center, Armament Directorate, Direct Attack Division, Direct Attack Weapons Integration Branch (EBDQ), Eglin AFB, FL issues this RFI to help determine the technical capability and qualifications of industry to meet the Government's needs to have Contractor Logistics Support (CLS), in accordance with (IAW) the attached DRAFT Performance Work Statement (PWS), to field, employ, and maintain the AN/ASQ-236 Aircraft Pod and support equipment at operational and test sites, deployed and TDY locations, and at the depot level. The collection of availability and maintenance data will be used to measure contractor performance. CLS includes manpower, management of hardware, spares, software, tools, test equipment, test equipment maintenance and data necessary to support dedicated on-site organizational off-equipment management, maintenance and repair, on-aircraft trouble shooting, software reprogramming, Built-in-Test (BIT) retrieval, and depot management, and depot level maintenance and repair. CLS is also responsible for performing sustaining engineering services to maintain and improve (as required) the technical, performance, cost, and sustainability baselines of the system, and manage diminishing manufacturing sources and material shortages. This requirement applies to all Depot Level and Organization Level (O-level) CLS to support AN/ASQ-236 pod flight operations worldwide. No technical data package is available. The expectation is CLS may be provided under an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for a Period of Performance of five years. No foreign participation is allowed for this RFI. All respondents must have the necessary organizational and technical experience, or the ability to obtain them in the necessary timeframe. Competence in these areas shall be demonstrated through written description of the vendors past and/or current experience of providing CLS to field, employ, and maintain the AN/ASQ-236 Aircraft Pod. Submission Details: Respondents to this RFI should adhere to the following details. Interested parties are requested to respond with a white paper in the following format: Microsoft Word for Office 2007 (or newer) compatible; 10 pages or less (including cover and administrative pages); 1-inch margins; and 12 point font (or larger). Interested parties should provide a company profile to include the following: •a) Company Name •b) Company Address •c) Point of Contact •d) E-mail Address •e) Web site address •f) Telephone Number •g) Business Category (i.e., large, small disadvantaged, veteran, woman owned, etc.) as it relates to the North American Industry Classification System (NAICS) code 541330 number of employees •h) DUNS number Capability Statement: Shall address the information requested within this RFI. Interested sources should submit their information via e-mail only (no telephone inquiries or paper submits) no later than 28 September 2015 to Lily L. Campbell, liliane.campbell@us.af.mil and to Mary Harriott, mary.harriott@us.af.mil. All questions should be emailed only as to avoid any misunderstanding or confusion. This RFI is for information and planning purposes only and does not constitute a Request for Proposal (RFP). It is not to be construed as a commitment by the US Government. The Government reserves the right to reject, in whole or in part any private sector input as a result of this market survey. The Government is not obligated to notify respondents of the result of this survey. Proprietary information, if any, must be clearly marked. To aid the Government in its review, please segregate proprietary information. Please be advised that all submissions become Government property and will not be returned.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ebf40bc1483de4c1214f69bc14be008a)
 
Place of Performance
Address: Various - See DRAFT PWS, United States
 
Record
SN03842139-W 20150819/150817235452-ebf40bc1483de4c1214f69bc14be008a (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.