Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 23, 2016 FBO #5174
SOURCES SOUGHT

49 -- Shock Isolator Test Stand - Technical Specification - Package #2

Notice Date
1/21/2016
 
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 / AFSC / AFNWC - HILL AFB, ., Hill AFB, Utah, 84056, United States
 
ZIP Code
84056
 
Solicitation Number
FA8224-16-R-0026
 
Point of Contact
David W. Bryan, Phone: 8015867779
 
E-Mail Address
david.bryan.8@us.af.mil
(david.bryan.8@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Purchase Specification (Shock Isolator Test Stand) Technical Specification for Shock Isolator Test Stand Shock Isolator Test Tower (SITT) SOURCES SOUGHT SYNOPSIS: 1. NOTICE : This is not a solicitation but rather a Sources Sought Synopsis to determine potential sources for information and planning purposes only. It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposal nor will any award be made as a result of this Sources Sought Synopsis. The Air Force will NOT be responsible for any costs incurred by interested parties in responding to this Sources Sought Synopsis. Only non-classified information shall be provided in your response. Copies of the submitted information may be reproduced for Government Review. 1.1. PURPOSE : This Sources Sought is to conduct market research to determine if responsible sources exist, to assist in determining if this effort can be competitive and/or a total Small Business Set-Aside. The proposed North American Industry Classification Systems (NAICS) Code is 334511 which have a corresponding size standard of 750 employees. The Government will use this information to determine the best acquisition strategy for this procurement. The Government is interested in all small businesses to include 8(a), Service-Disabled Veteran-Owned, Hubzone, and Women-Owned small business concerns. The government requests that interested parties respond to this notice if applicable and identify your small business status to the identified NAICS code. If you identify you company as a Small Business please indicate (with supporting rational) how your company would be Small Business given the restrictions identified in subparagraph (b)(1) of FAR Clause 52.219-14 (which states that at least 50 percent of the cost of the contract performance incurred for personnel shall be expended for employees of the concern) based on prescribing language of FAR 19.508(e) and 19.811-3(e) Additionally, please provide any anticipated teaming arrangements, along with a description of similar services offered to the Government and to commercial customers for the past three years. 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. 2. PROGRAM DETAILS : The United Stated Air Force at Ogden Air Logistics Complex (OO-ALC) is conducting market research seeking capable sources to design, manufacture, install and integrate two Shock Isolator Test Tower (SITT) using open architecture and Commercial Off-The-Shelf (COTS) components and equipment to the greatest extent possible. The test stations shall meet or exceed current SITT functional capabilities. This Purchase Specification (PS) shall not supersede applicable laws and regulations unless a specific exemption has been obtained. Attached is the Purchase Specification (PS) for the SITT as determined by Process Engineers. 3. INDUSTRY DAYS : Interested parties are invited to attend Industry Days on 16 and 17 February 2016, 9:00 am- 3:45 pm Mountain Standard Time (MST). To schedule attendance, contact David Bryan at phone number (801) 586-7779 or email david.bryan.8@us.af.mil no later than 11 February 2016, by 1:00 pm MST. Your company will not be allowed to exceed the two (2) individual representation limits. You will need to provide Driver's License of ID Card number and two-digit state of issue to schedule and attend event. This may be the only opportunity to view the facilities and existing SITT. There will be time set aside for each company to meet with the Hill AFB Process Engineers to ask questions. The Government will post responses to Industry questions within the Federal Business Opportunities (FBO) website. Interested parties are requested to check this website periodically for updates and most current information. 4. Government Request: Interested parties are requested to submit a letter of interest, brief statement of current capability and responses to the attached Contractor Capabilities Questionnaire (CCQ). The Government will use this information to determine the best acquisition strategy for this procurement. Email responses are preferred and may be submitted to the Contracting Officer. Please limit your submissions to ten pages in PDF or Microsoft Word Format. In order to be considered in this Source Sought, please reply by 1:00 pm MST, 29 February 2016 CONTRACTOR CAPABILITY QUESTIONNAIRE Shock Isolator Test Tower (SITT) Part I. Business Information 1. Company/Institute Name: 2. CAGE Code: 3. Company Point of Contact a. Name b. Telephone # c. Email address 4. Physical Address: 5. Web Page URL: 6. Provide you company's North American Industry Classification System (NAICS) Code: a. If your company is a small business, it a woman owned business, small disadvantaged business, 8(a) business, HUB Zone business, Serviced Disabled Veteran Owned Business, etc. Part II. Capability Survey Questions 1. Provide your suggested NAICS code. 2. Are you anticipating your company to be a prime contractor or a subcontractor? 3. Are you anticipating a teaming arrangement? a. Any responses on teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. b. Will the prime contractor perform at least 50% of the cost of the manufacturing the supply and/or total contract cost? c. Does the prime contractor qualify as a small business? Part III. Financial Information 1. Describe financing methods customarily provided by buyers in this industry (industry defined by the NAICS code or by providing this type of requirement). Note: the Air Force (AF) is not authorized to make advance payments (payments before costs are incurred or work is completed). 2. Describe need or importance of receiving buyer financing vs. seller financing. 3. Describe security seller could provide buyer in return for buyer financing. Part IV. General Capability Questions : 1. Describe briefly the capabilities of your facility and the nature of the goods and/or services you provide. Include a description of your staff composition and management structure. 2. Describe your company's past experience on previous projects similar in complexity to this requirement. Include contract numbers, a brief description of the work performed, period of performance, agency/organization supported, and individual point of contact (Contracting Officer or Program Manager). 3. Describe your company's capabilities and experience in generating technical data, engineering drawings and manuals. Identify what software programs are utilized to generate these data products and what formats are available for delivered items. 4. Are there specific requirements in the documentation that we provided that would currently preclude your product from being a viable solution to our requirement? 5. Discuss any concerns you may have with our requirement or specification Part V. Shock Isolator Test Tower Production 1. Describe your provision of same or similar requirements. Include quantities, customer, and date of delivery and period of performance. 2. Describe your capability and experiences in the manufacturing/fabrication of components. 3. What quality assurance processes and test qualification practices does your company employ? Please provide a description of your quality program (ISO 9000, QS-9000, EIA-599, or otherwise)? 4. Is your equipment manufactured in the U.S.? 5. Is the Software utilize in the programing of the operating system commercial off the shelf (COTS) or software developed by the contractor having propriety rights? a. Will the government and/or government contractor be allowed access to the programing data? 6. What is your experience level of using automated controls with human interfacing to operate and collect data for systems that are similar in complexity to the SITT? 7. Will you require Government Furnished Property (GFP) to build and/or test SITT at your facility? Acceptance will be conducted at Hill AFB. Part VI. Commerciality Questions: 1. Do you consider the requirements to be commercial (see FAR 2 definitions)? 2. Are there established catalog or market prices for our requirement? If you offer this product and/or service to both U.S. Government and commercial sources, is the same workforce used for both the U.S. Government and general public? Is our requirement offered to both under similar terms and conditions? Briefly describe any differences. 3. Describe your standard warranty and return process for goods and services furnished to the government for items similar in nature to this requirement. Interested offerors should send a response to the sources sought inquiry and the questions listed above to the Contracting Officer. Responses should be submitted by 1:00 pm MST, 29 February 2016. Email responses in PDF or Microsoft Word format are preferred. The point of contact information is listed below: Primary Point of Contact OO-ALC/PZIMB David W. Bryan Contract Buyer 6038 Aspen Ave. Bldg. 1289 2nd Flr Phone: (801) 586-1015 Email: david.bryan.8@us.af.mil The information provided is for the Air Force's market research and is given understanding the AF has no obligation to pay for the information. The information may be used in developing a request for proposals (RFP) but does not obligate the AF to issue an RFP or contract. Any proprietary information submitted may be used as a general concept but specific information will be safeguarded as proprietary, if so marked.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FA8224-16-R-0026/listing.html)
 
Place of Performance
Address: 6038 ASPEN AVE BLDG 1289, Hill Air Force Base, Utah, 84056, United States
Zip Code: 84056
 
Record
SN03997233-W 20160123/160121234205-a0432c6a34187e069435e1b1a1767e30 (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.