Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 14, 2017 FBO #5621
SOURCES SOUGHT

A -- 10Kg Detonation Chamber - Package #1 - Attachment 3 Subcontracting Plan Checklist - Attachment 4 Section L - Attachment 2 10Kg Detonation Chamber Pricing Spreadsheet - Attachment 5 Section M

Notice Date
4/12/2017
 
Notice Type
Sources Sought
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFTC/PZIE - Eglin, 205 W D Ave, Bldg 350, Ste 414, Eglin AFB, Florida, 32542, United States
 
ZIP Code
32542
 
Solicitation Number
FA2487-17-R-0131
 
Archive Date
4/12/2018
 
Point of Contact
Christina J. Jung, Phone: 8508820159, Turner Walton, Phone: 8508825169
 
E-Mail Address
christina.jung@us.af.mil, turner.walton.1@us.af.mil
(christina.jung@us.af.mil, turner.walton.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment 5 Section M Attachment 2 10Kg Detonation Chamber Pricing Spreadsheet Attachment 4 Section L Attachment 3 Subcontracting Plan Checklist Draft RFP Model Contract Description: Research and Development - Request for Information 10Kg Detonation Chamber NAICS Code: 541712 There will not be foreign participation allowed for this acquisition. This request for information is issued in accordance with the Federal Acquisition Regulation (FAR) clause 52.215-3 [Request for Information or Solicitation for Planning Purposes (Oct 1997)] and is published to obtain industry input for use by the Government. This notice does not constitute an Invitation for Bids or Request for Proposals, and is not to be construed as a commitment by the Government. There is no bid package or solicitation document associated with this announcement. This posting is issued to create a conduit between AFTC/PZIE and industry to communicate on an upcoming research and development effort contract vehicle for the completion of a 10Kg Detonation Chamber as required by the Statement of Work (SOW). As the SOW is a "For Official Use Only-Distribution D" document, it is not posted along with this notification. Respondents should contact points of contacts (POCs) below to obtain a copy of the document which will be provided through the AMRDEC SAFE website. Respondents will be required to provide the company CAGE code which will be used by the Government to check the Defense Logistics Agency (DLA) Joint Certification Program (JCP) website to ensure that the company is qualified to receive "For Official Use Only-Distribution D" information. AFTC/PZIE is seeking information from potential sources that may possess the ability to furnish the required 10Kg Detonation Chamber as required by the SOW. The deliverables for this acquisition include the design, fabrication, testing/verification, and installation of a large optically accessible 10kg contained detonation chamber. The chamber will be installed at a research facility being designed for the Air Force Research Laboratory Munitions Directorate at Eglin AFB, FL. The primary mission of the contained detonation chamber is to enable repetitive, safe, well-controlled experiments detonating high explosives with TNT equivalence up to 10kg. The 10kg contained detonation chamber is intended to enable scientists and engineers to conduct precision experiments utilizing instrumentation in close proximity to detonating high explosives under test without endangering personnel or damaging equipment outside the chamber. The 10kg chamber will also allow researchers to carefully control the environment in which experiments are conducted. Important alternate environments where experiments may be conducted inside the 10kg contained detonation chamber include vacuum environments, non-ambient temperature environments, and reduced O 2 environments. Examples of comparable operational contained detonation chambers can be found within the US Department of Energy (DOE) at Lawrence Livermore National Laboratory (LLNL) and Los Alamos National Laboratory (LANL). This notice is conducted to identify potential sources capable to provide information to the Government to aid in planning. Responses to this notice is strictly voluntary and will not affect any potential offeror's ability to submit an offer if a solicitation is released. Any requests for a solicitation package will be disregarded. The Government does not intend to award a contract on the basis of this notice or otherwise pay for the information solicited. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of preparing submission in response to this notice and the Government's use of such information. Submittals will not be returned to the sender. Respondents to this notice may be asked to provide additional information/details based on their submittals. The information requested will be used within the Air Force and may be disclosed outside of the agency. All information marked "PROPRIETARY" will be safeguarded in accordance with Government regulations. Interested sources who believe that they can meet the requirement should provide feedback/questions to the posted draft request for proposal which includes the model contract and Sections L (Instructions, Conditions, and Notices to Offerors or Respondents) and M (Evaluation Factors for Award) and all associated attachments. Although the questions/feedback should mainly focus on the requirement and technical details, respondents are free to provide questions/feedback on the contractual requirements as well. All questions/feedback/information is due on 19 April 2017 at close of business (1630 CST). Respondents to this publication should be made aware that the SOW for this requirement includes approximately 10% changes since the sources sought notice posted on 22 December 2016. Therefore, respondents are encourage to read thoroughly through the revised SOW. The Air Force anticipates competitively awarding a contract utilizing the following contract types: Firm-Fixed Price (FFP), Fixed Price Incentive Firm (FPIF), and Cost-Reimbursement (CR). In the response, respondents should identify company name, point of contact, email address, telephone number, CAGE Code, and business size indicating whether you are a small or large business for the purposes of the assigned NAICS. All prospective contractors must be registered in the System for Award Management (SAM) database ( www.sam.gov ). All respondents are cautioned to ensure that the proper NAICS code appears in their SAM registration. An Ombudsman has been appointed to address the concerns of offerors or potential offerors. The Ombudsman does not diminish the authority of the Contracting Officer or the Program Manager, but communicates contractor concerns, issues, disagreements, and recommendations to the appropriate Government personnel. When requested, the Ombudsman shall maintain strict confidentiality as to the source of concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Matters routine or administrative in nature concerning this potential acquisition should not be addressed to the Ombudsman but rather to the Contracting Officer or Contract Specialist (identified below). The Ombudsman is Colonel Todd M. Copeland, 1 South Rosamond Blvd, Edwards AFB, CA 93524-3784; phone: 661-224-2810; fax: 661-227-7593. Collect calls will not be accepted. Industry Collaboration Day Notice: The Eglin AFB, Air Force Research Laboratory and Air Force Test Center will be hosting an Industry Collaboration Day on 25 April 2017 (and 26 April 2017 if a second day is needed based on the number of respondents) to obtain industry feedback/questions on the 10Kg Detonation Chamber draft RFP. We welcome collaboration with industry to critically review our requirement and discuss mutual issues/concerns relative to the aforementioned acquisition. The Industry Collaboration Day will be located at the University of Florida's Research Engineering Education Facility, REEF, in Shalimar, Florida. The day will consist of 90 minute one-on-one sessions with Government representatives which is provided to each requesting company submitting a request. There will not be an opening session and we will immediately begin one on one sessions with companies in a private forum. To participate in the Industry Collaboration Day, participants are required to RSVP and also provide names, position title, and contact information of attendees and indicate the desire for a one on one session. The Government will schedule one on one session using a random order generator for all attendees. Please be informed that no requests will be accepted for a particular time slot and you will receive an email notification of the date and time. It is the responsibility of industry personnel to monitor the FedBizOpps website for release of any follow-on information. Participation is strictly voluntary and participants have the option to call the Government and conduct a teleconference in place of the face to face one on one session. Participants are required to inform the Government if they are wanting to participate in a teleconference and further instructions will be provided upon the Government receiving such a request. Any questions related to the Industry Collaboration Day should be to 2Lt Tiffany Hatcher (information below). Disclaimer This Industry Collaboration Day is solely for informational planning purposes and shall not be considered as a request for proposal (RFP) or as an obligation on the part of the Government to acquire any products or services. The Government does not plan to award a contract based on the responses from this Industry Day or otherwise pay for the information solicited. No entitlement to payment of direct or indirect costs of charges by the Government will arise as a result of contractor participation in this Industry Day or the Government's use the resulting information. The Government reserves the right to reject, in whole or in part, any contractor's input to this Industry Day. This notice does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. No funds have been authorized, appropriated, or received for this contemplated effort. The information you provide may be used by the Department of Defense in developing an acquisition strategy, a statement of work/statement of objectives, and performance specifications. The information resulting from this Industry Day may be included in one or more RFPs, which will be released to industry. Industry is encouraged to respond with information not constrained by proprietary data rights. However, if proprietary data is included in your reply, please mark it appropriately. Any subsequent actions resulting from the consideration of the information provided as a result of this Industry Collaboration Day may be synopsized at a future date. If synopsized, information detailing the specific requirements of this procurement(s) will be included. Please respond by no later than 19 April 2017 close of business (1630 CST) for both questions/feedback to this publication and also for RSVPs to the Industry Collaboration Day participation. Primary Point of Contact: Capt Christina Jung Contracting Officer 850-882-0159 christina.jung@us.af.mil Alternate Point of Contact: 1Lt Turner Walton 850-882-6889 turner.walton.1@us.af.mil Industry Collaboration Day Point of Contact: 2Lt Tiffany Hatcher 850-882-0855 tiffany.hatcher@us.af.mil Please find the draft RFP and associated list of attachments: Draft RFP FA2487-17-R-0131 Attachment 1 10Kg Chamber SOW (provided upon request and verification of JCP certification) Attachment 2 10Kg Detonation Chamber Pricing Spreadsheet Attachment 3 Subcontracting Plan Checklist Attachment 4 Section L Attachment 5 Section M
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d38fef40916311196da7dea0b494dc14)
 
Place of Performance
Address: Eglin AFB, Florida, 32542, United States
Zip Code: 32542
 
Record
SN04469167-W 20170414/170412234044-d38fef40916311196da7dea0b494dc14 (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.