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

16 -- RECCE Support - White Paper Format Template

Notice Date
2/11/2016
 
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/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
FA8620-07-R-4021
 
Archive Date
3/26/2016
 
Point of Contact
Mary Claire Oppel, Phone: 937-904-6982
 
E-Mail Address
mary.oppel@us.af.mil
(mary.oppel@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
White Paper Format Template SOURCES SOUGHT SYNOPSIS INTRODUCTION 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 competition, a small business, or a sole source acquisition. Historically, this acquisition has been awarded as a sole source contract. However, AFLCMC is issuing this Sources Sought Synopsis ( SSS) to explore a technically sound and economical non-developmental solution which can provide sust ainment services in support of the DB-110 Reconnaissance (RECCE) Pods for F-16C/D and associated ground station. 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 the FedBizOpps site for additional information pertaining to this SSS. OBJECTIVE The International Support Branch of AFLCMC ISR SENSORS and FMS Division is exploring the market for qualified sources to provide sustainment services in support of the DB-110 RECCE Pods for F-16C/D Block 52 aircraft and associated ground station. The effort shall include contractor repair and return services, Spares, Update of Technical Manuals, minor modifications to software and hardware, and engineering services. Key Services: •· Contractor shall provide operational spares as required to support maintenance of the DB-110 RECCE Pod system •· Contractor shall provide repair and return maintenance in support of the DB-110 RECCE Pod system •· Contractor shall provide support for minor modifications, upgrades and improvements to the DB-110 RECCE Pod system and ground station as required and includes associated data, kits and/or equipment. •· Contractor shall provide engineering services for support of minor modifications, upgrades and improvements to the DB-110 RECCE Pod system and ground stations as well as services in support of engineering change proposals and configuration management •· Contractor shall provide studies and analysis on DB-110 RECCE Pod system and ground station and associated data •· Contractor shall provide for the maintenance, updates, and delivery of Technical Orders and reports •· Contractor shall provide for manpower to support all specific services as well as any associated travel •· Assumptions need to account for forward operations under difficult conditions for manpower support and shipping. Information received as a result of this notice will be considered solely for the purpose of determining the appropriate acquisition decision for possible future procurement. A determination by the Air Force not to open the requirement to open competition, based on response to this notice, is solely within the discretion of the Air Force. This notice does not constitute a solicitation for offers. INSTRUCTIONS AFCLMC/WINI invites industry to submit unclassified White Papers on their products at any time on or before 9 March 2016. Guidance on the suggested White Paper format is attached. Please ensure all appropriate security procedures and policies are followed when responding to this SSS. Respondents should indicate which portions of their responses are proprietary and should mark them accordingly. All information received in response to this SSS that is properly marked as "proprietary" will be handled accordingly. Proprietary information must be clearly marked on the outside container and on the materials inside. The Government shall not be liable for, or suffer any consequential damages, for any proprietary information not properly identified. ADDITIONAL INFORMATION Responses shall include the following information which is not counted against the 10 page response limit: •1. Company/Institute name •2. Address •3. Point of Contact •4. Cage Code •5. DUNS Number •6. Phone Number •7. E-mail Address •8. Web page URL 9. Size of business pursuant to North American Industry Classification System (NAICS) Code 334511, size standard 750 employees. Please indicate number of employees relative to the aforementioned size standard. Based on the NAICS Code, state whether your company qualifies as a: •a. Small Business (Yes/No) •b. Woman Owned Small Business (Yes/No) •c. Economically Disadvantaged Woman Owned Small Business (Yes/No) •d. Small Disadvantaged Business (Yes/No) •e. 8(a) Certified (Yes/No) •f. HUB Zone Certified (Yes/No) •g. Veteran Owned Small Business (Yes/No) •h. Service Disabled Small Business (Yes/No) •i. Economically Disadvantaged Women-Owned Small Business (Yes/No) •j. Registered in the System for Award Management (SAM) (Yes/No) •k. Statement as to whether your company is domestically or foreign owned (if foreign owned, please indicate country of ownership). *Note that NAICS code for this requirement, if applicable to the company's capabilities should be included in the company's NAICS code listing in SAM. Note that, if there is sufficient demonstrated interested and capability among small business contractors, a key factor in determining if an acquisition will be a Small Business Set-Aside is that two or more potential small business prime contractors must be capable of performing at least 50% of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14, Limitations on Subcontracting. If it is determined that a small business set-aside is appropriate and your company anticipates submitting a proposal as the prime contractor for a small business set-aside, please provide specific details and rationale as to how compliance with FAR clause 52.219-14 would be achieved, including specific details regarding teaming arrangements, etc. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. Note that, if this effort is not set-aside for small business, small business utilization will be considered. Request that large and small businesses provide a reasonable expectation for small business utilization as a percent of total contract value. Please provide supporting rationale for the recommended percentage. If a company is capable of some, but not all of the consolidated requirements stated in this SSS, please provide a response that explains the requirements for which you are capable. Please submit responses electronically to the points of contact stated below. The combined size of files shall not exceed 5MB: The Point of Contact for submittal of White Papers is: Ms. Cheryl L. McClellan Cheryl.mcclellan.2@us.af.mil (937) 904-8163 The Points of Contact for Technical Questions: Mr. Thomas M. Rigg Thomas.rigg@us.af.mil (937) 656-4187 or Mr. Julio A. Rodriguez-Amador patrick.grebinski@us.af.mil (937) 904-6964 The Contracting Point of Contact is: Mr. Waid R. Harper Waid.harper@us.af.mil (937) 904-6985 This is NOT a Request for Proposal. Submitting capabilities and concepts in response to this announcement is voluntary and participants shall not be compensated. Attachments: White Paper Template
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8620-07-R-4021/listing.html)
 
Record
SN04018975-W 20160213/160211235431-12f714c92038b62947d186c5e57c8cfb (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.