MODIFICATION
15 -- FA8620-15-R-CHAD SOURCES SOUGHT SYNOPSIS
- Notice Date
- 8/27/2015
- Notice Type
- Modification/Amendment
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Material 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
- FA8620-15-R-CHAD
- Archive Date
- 10/13/2015
- Point of Contact
- Devon Aey, Phone: 9376564233, Evan C. Porter, Phone: 9376564415
- E-Mail Address
-
devon.aey@us.af.mil, evan.porter.1@us.af.mil
(devon.aey@us.af.mil, evan.porter.1@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- **** SEE ATTACHED DOCUMENTS UNDER PACKAGES TAB**** The Air Force Life Cycle Management Center (AFLCMC), Intelligence, Surveillance, and Reconnaissance (ISR) Sensors Foreign Military Sales (AFLCMC/WINI) is conducting market research to identify, as potential sources, companies who may possess the expertise, capabilities, and experience to respond to the requirements listed in this document. This will also assist the government in determining whether this requirement will be full and open, a small business set-aside, or a sole source acquisition. AFLCMC is issuing this Sources Sought Synopsis (SSS) to explore a technically sound and economical non-developmental solution which can provide one new L-3 MX-15 electrical optical infrared sensor, airborne sensor suite and data link on a Pilatus PC-12 currently in the PC-12 NG "Spectre" configuration. The aircraft is currently located in Chad, Africa. The work may be performed in Africa or the aircraft can be transported by the vendor to a location more suitable and most cost effective for integration. This SSS is issued pursuant to FAR Part 15.201(e). The United States Government does not presently intend to award a contract but desires information regarding delivery, other market information, or capabilities for planning purposes. Written follow-up questions may be asked of responders for clarification, but this will not indicate a selection or preference. CAUTION: This is not a commitment to fund any effort submitted in response to this request. Respondents are placed on notice that participation does NOT guarantee participation in future solicitations or contract awards. AFLCMC is not at this time seeking proposals, and will not accept unsolicited proposals. Respondents are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this SSS. Please be advised that all submissions become Government property and will not be returned. All costs associated with responding to this SSS will be at the responding party's expense. This SSS is issued solely for information and planning purposes. It does not constitute a Request for Proposal (RFP) or a guarantee to issue an RFP in the future. This SSS does not commit the Government to contract for any supply or service whatsoever. Not responding to this SSS does not preclude participation in any future RFP, if any is issued. Small Businesses are encouraged to provide responses to this SSS in order to assist AFLCMC in determining potential levels of capability and competition available in the industry, as well as helping to establish a basis for developing any subsequent potential subcontract plan goal percentages. It is the responsibility of the interested parties to monitor FedBizOpps site for additional information pertaining to this SSS. **** SEE ATTACHED DOCUMENTS UNDER PACKAGES TAB****
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8620-15-R-CHAD/listing.html)
- Record
- SN03859480-W 20150829/150828000047-f423fd44618801d404dfd6f9c99cd4b5 (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 |