Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 07, 2017 FBO #5614
SOURCES SOUGHT

10 -- SDB I Production Lots 14-19

Notice Date
4/5/2017
 
Notice Type
Sources Sought
 
NAICS
332993 — Ammunition (except Small Arms) Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/EBMK - Eglin, 102 W D Ave Bldg 11, Eglin AFB, Florida, 32542, United States
 
ZIP Code
32542
 
Solicitation Number
FA867218DXXXX
 
Point of Contact
Donald R Perkins, Phone: 8508832550, Keith Clift, Phone: 8508833029
 
E-Mail Address
donald.perkins.1@us.af.mil, keith.clift@us.af.mil
(donald.perkins.1@us.af.mil, keith.clift@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT/REQUEST FOR INFORMATION SDB I Production Lots 14-19 The Department of Defense, United States Air Force (USAF), Air Force Materiel Command (AFMC), Air Force Life Cycle Management Center (AFLCMC), Armament Directorate, is currently conducting market research seeking capabilities statements from potential sources, that are capable of providing/performing Small Diameter Bomb Increment I (SDB I) follow on production, for Lots 14-19, FY18-FY23 for US and FMS customers. This requirement includes, but is not limited to: all efforts related to SDB-I production and will require the contractor to provide all personnel, equipment, supplies, facilities, transportation, tools, materials, management, supervision, and other items and non-personal services necessary to perform SDB I Production. Under the contemplated contract, the contractor will be required to provide the following in support of SDB I : Production up to 8,000 weapons annually in Lots 14 through 19 and deliver within each lot in a 12 month period. The SDB I Original Equipment Manufacturer (OEM) is not required to provide SDB I equipment, supplies, materials or a build-to technical data package (TDP) for this system. All interested vendors shall submit a response demonstrating their capability to perform this effort to the Primary Point of Contact listed below. Proposals are not being requested or accepted at this time. As stipulated in FAR 15.201(e), responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation (Request for Proposal) exists at this time; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. The NAICS Code assigned to this acquisition is 332993, Ammunition (except Small Arms) Manufacturing, with a size standard of 1500 persons. Respondents should indicate their size in relation to this size standard and indicate socio-economic status. Respondents are further requested to indicate their status as a foreign-owned/foreign-controlled firm and any contemplated use of foreign national employees on this effort. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent action. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. No set-aside decision has been made. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime contractors must perform at least 50% of the effort, as defined in FAR Clause 52.219-14. Any information submitted by respondents to this sources sought is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any government assessments. The Government's assessment of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small business, or any particular small business program. CAPABILITIES STATEMENT: All interested vendors shall submit a capabilities statement that explicitly demonstrates their capability to provide/perform the requirement stated in this notice. The capabilities statement should be brief and concise, yet clearly demonstrate an ability to meet the stated requirement. The response must not exceed 15 pages. Small businesses with only partial capabilities of this requirement are encouraged to submit their capabilities statement demonstrating the portion of the requirement they are capable of providing/performing. This information will allow the Government to identify areas of possible breakout or possible subcontracting opportunities. All correspondence sent via email shall contain a subject line that reads "SDB I Production Lots 14-19 " If this subject line is not included, the e-mail may not get through e-mail filters at Eglin AFB. Filters are designed to delete emails without a subject or with a suspicious subject or attachment. Attachments with files ending in.zip or.exe are not allowable and will be deleted. Ensure only.pdf,.doc,.docx,.xsls, or.xls documents are attached to your email. All other attachments may be deleted. Only government employees will review submitted responses to this sources sought. Respondents are advised that employees of commercial firms under contract with the Government may be used to administratively process submissions and perform other administrative duties requiring access to other contractor's proprietary information. These administrative support contractors include nondisclosure agreements prohibiting their contractor employees from disclosing any information submitted by other contractors or using such information for any purpose other than that for which it was furnished. RESPONSES ARE DUE NO LATER THAN 3:00 P.M. (CST) ON 21 April 2017. Direct all questions concerning this requirement to Donald Perkins at donald.perkins.1@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/78f630f41546a996528b8bb4390bb2e0)
 
Place of Performance
Address: AFLCMC/EBM, 102 WEST D. AVE, EGLIN AFB, Florida, 32542, United States
Zip Code: 32542
 
Record
SN04461738-W 20170407/170405235743-78f630f41546a996528b8bb4390bb2e0 (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.