Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 13, 2016 FBO #5195
SOURCES SOUGHT

R -- E-3 Sustaining Engineering and Technical Support (SETS)

Notice Date
2/11/2016
 
Notice Type
Sources Sought
 
NAICS
336411 — Aircraft Manufacturing
 
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
E-3_Engineering_Services
 
Archive Date
3/29/2016
 
Point of Contact
Steven R. Green, Phone: 4056227271
 
E-Mail Address
steven.green.7@us.af.mil
(steven.green.7@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought Synopsis (SSS)/Request for Information (RFI) for market research purposes issued at Tinker Air Force Base (TAFB). The United States Air Force (USAF) is requesting information for the procurement for Engineering Services to determine available sources for the items listed below under "Program Requirements". This is a market research survey to determine the availability and adequacy of potential sources prior to determining an acquisition strategy and contract strategy. This is a Sources Sought Synopsis/Request for Information. There is no solicitation available at this time. Requests for a solicitation will not receive a response. We are seeking and are open to all types of small business participation. Disclaimer: This SSS/RFI is issued solely for informational and planning purposes. It does not constitute a solicitation (Request for Proposal or Request for Quotations) or a promise to issue a solicitation in the future. As stipulated in FAR 15.201(e), responses to this notice are not considered offers, shall not be used as a proposal, and cannot be accepted by the Government to form a binding contract. This SSS/RFI does not commit the Government to contract for any service whatsoever. Furthermore, we are not seeking proposals at this time. Responders 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 will be solely at the responding party's expense. Any resulting procurement action will be the subject of a separate, future announcement. The information is provided for discussion purposes and any potential strategy for this acquisition may change prior to any solicitation release. Purpose: The information received will be utilized by the Air Force in developing its acquisition strategy, Statement of Objectives, Statement of Work, Purchase Description and Specification. Any proprietary information that is submitted may be used as a general concept but specific information will be safeguarded as proprietary, if so marked and clearly identified in accordance with the applicable Government regulations. The Government requests that non-proprietary information be submitted in response to this SSS/RFI. However, should proprietary information be submitted, it should be marked "PROPRIETARY," and will be handled accordingly. The Government shall not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Proprietary information or trade secrets should be clearly identified. 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. Updated information will be provided in future announcements, if applicable and posted electronically on the Federal Business Opportunities website at www.fbo.gov. Responses to this Sources Sought may or may not be returned. Not responding to this Sources Sought does not preclude participation in any future solicitation, if one if issued. ATTENTION: Contractor must be registered with System for Award Management (SAM) to be eligible for contact award or payment from any DOD activity. Information on registration and annual confirmation requirements may be obtained via the Internet at https://www.sam.gov. Note: An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition. Before consulting the Ombudsman concerned parties should first address their concerns, issues, disagreements, and/or recommendation to the Contracting Officer listed below for resolution. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call the Ombudsman at (405) 736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Interested persons may identify their interest and capability to respond to the SSS/RFI. This notice of intent is not a request for competitive proposals. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Specifications, plans, or drawings relating to the procurement described are incomplete or not available and cannot be furnished by the Government. The proposed acquisition is expected to be a contract for a total of five (5) years - base period Calendar Year 2017, with four one-year option periods (CY 2019, 2019, 2020 & 2021) using FAR Part 15. Interested parties must possess or be able to obtain the necessary engineering data, data rights, manufacturing, and software knowledge and expertise to perform and manage multiple major sub system developments, hardware/software programs and related integration activities. Additionally, the source must possess any necessary license agreements with the Original Equipment Manufacturer (OEM) to obtain rights to all required data, including military specific modifications. The Contractor will be responsible for recurring and nonrecurring engineering services. These engineering support activities include detailed design engineering, maintenance engineering and repair development, systems engineering, technical analysis, drawing and source data maintenance/updates, flight safety analysis, reliability/maintainability analyses, liaison engineering support, stress analyses, accident investigation, and engineering feasibility studies. Program Requirements 1. Service - E-3 Sustaining Engineering Services (E-3 SETS) CY17 2. Application - E3, E3A, RE-3A, E-3B, E-3C, JE-3C, E-3D, E-3F, E-3G, KE-3, E-6, E- 8, E767 3. NAICS - 336411, 336412, 336413 4. Period of Performance - approximately five-years; base year (CY 17) and four, one year option periods (CYs 18/19/20/21) Please provide the following business information for your company and for any teaming or joint venture partners: - Company Name/Address - Point of Contact - Socio-economic status - CAGE Code (if available) - DUNS Number - Size of Business (i.e. Large/Small Business, Small Disadvantaged Business, 8 (a) concern, Minority-Owned Business) Size relative to NAICS Code 336411 (Small Business Size Standard 1,500 employees or less) - Phone/Fax Number - Email address - Web page URL - U.S. or Foreign Owned Entity - Provide any recommendations and/or concerns. - Please indicate whether your interest in this as a prime contractor or as a subcontractor? - If your anticipated participation will be that of a small business joint-venture, then you must identify each joint venture participant. - If you are a small business or joint venture of small businesses under the above NAICS, discuss how your firm will meet the requirements that at least 50% of the cost of contractor performance incurred for personnel shall be expended for employees of the small business prime contractor. Capabilities: Describe your company's experience and performance within the past three-years on previous projects similar in complexity to this requirement. Include contract numbers, contract type, dollar/ceiling value of the contract/project, a brief description of the work performed, period of performance, agency/organization supported, and individual point of contact (Contracting Officer or Program Manager). Are there specific requirements in the provided documentation that would currently preclude your services from being a viable solution to our requirement? Engineering Questions: Describe your company's capabilities and experience in obtaining proprietary technical data, engineering drawings, and manuals. Describe your company's strategy to avoid schedule delays and costs for the government to re-validate and qualify models and ensure the necessary capabilities, data, and expertise/knowledge have been successfully transferred. List and describe any special plating or finishing capabilities. Commerciality Questions: Are there established catalogs or market prices for this service? If you offer this 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. Describe your standard warranty and return process for goods and services furnished to the government for items similar in nature to this requirement. Are there any other relevant topics, concerns, and information that will help the Government in forming an acquisition strategy? Respond (along with any supporting documentation) directly to: Steven Green at the following e-mail address: steven.green.7@us.af.mil Please note: Emails containing file types such as:.zip,.xlsx,.docx, or other macro-enabled extensions, may not be delivered to the intended recipients. Questions should be directed via email to Steven Green, Contract Specialist at steven.green.7@us.af.mil Contracting Office Address: 3001 Staff Drive Post 2AI86A Tinker AFB, OK 73145 United States Primary Point of Contact: Steven Green, Contract Specialist Phone: 405-622-7271 Secondary Point of Contact: Maisie Raju, Contracting Officer Phone: 405-622-7269
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/E-3_Engineering_Services/listing.html)
 
Place of Performance
Address: TBD, United States
 
Record
SN04018119-W 20160213/160211234651-b0414a8fc07ca402283e5c431525ec64 (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  © 1994-2020, Loren Data Corp.