Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 10, 2017 FBO #5647
SOURCES SOUGHT

J -- Reference Title: Guardian Angel Air-Deployable Rescue Vehicle (GAARV) Logistics, Maintenance, and Sustainment Support - GAARV_05032017-Statement of Work

Notice Date
5/8/2017
 
Notice Type
Sources Sought
 
NAICS
811111 — General Automotive Repair
 
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
GAARV_05032017
 
Archive Date
6/24/2017
 
Point of Contact
Donald A. Grein, Phone: 9376568238, Joni L Dingledine, Phone: 9376568204
 
E-Mail Address
donald.grein@us.af.mil, joni.dingledine@us.af.mil
(donald.grein@us.af.mil, joni.dingledine@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work Reference Number: GAARV_05032017 Reference Title: Guardian Angel Air-Deployable Rescue Vehicle (GAARV) Logistics, Maintenance, and Sustainment Support Notice Type: Sources Sought Subject to FAR Clause 52.215-3, entitled Request for Information or Solicitation for Planning Purposes, this announcement constitutes a sources sought synopsis (SSS) for written information only. This announcement is for market research only and is not a solicitation for proposals; no contract will be awarded from this announcement. This sources sought notice is not to be construed in any way as a commitment by the Government, nor will the Government pay for the information submitted in response. The acquisition strategy has not yet been determined. Market research results will assist the Government in determining whether this requirement will be a full and open, a small business set aside, or a sole source acquisition. North American Industry Classification System (NAICS) Code: 811111 (General Automotive Repair) (subject to change pending discovery of a more suitable NAICS code) SBA Size Standard: $7,500,000 Requirement Information: The Air Force Materiel Command (AFMC) Air Force Life Cycle Management Center (AFLMC) Battlefield Airmen Contracting Branch (WISK) is seeking information in an effort to identify sources capable of providing logistics, maintenance, and sustainment support for the GAARV in accordance with the attached draft Statement of Work (SOW). The GAARV is a Commercial Off-the-Shelf (COTS) based military vehicle designed to be used to rescue isolated personnel stranded in hostile or isolated environments. The scope of this effort is to provide I-level maintenance and logistical support for the fielded GAARV vehicles. The philosophy of the GAARV is a two-level maintenance concept: Organizational (O-level) and Intermediate (I-level). O-Level tasks shall be accomplished AF personnel at the GAARV owning units. I-level tasks shall be the responsibility of the prospective Offeror. The Government is accepting information from companies potentially capable of meeting the requirements described in the attached SOW. Companies with the capabilities to meet the Government's requirements may respond. Interested parties may submit a capabilities packages to include: company literature, a white paper no longer than 10 pages in length, and/or other pertinent information that describes the vendor's capabilities and recent/relevant experience, and that addresses all of the following information: 1. Company name, address, Point of Contact name, phone number, fax number and email address. 2. Contractor and Government Entity (CAGE) Code. 3. Other Government vehicles (contracts) that may allow orders to be issued for the required service (e.g. GSA, etc.) 4. Size of Business - Firms responding to this announcement should indicate whether they are an other than small business, small business, small disadvantaged business (SDB), woman-owned small business (WOSB), economically disadvantaged women-owned small business (EDWOSB), 8(a)-certified business, service-disabled veteran-owned small business (SDVOSB), veteran-owned small business (VOSB), or Historically Underutilized Business Zone small business (HUBZone). 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. 5. Rough Order of Magnitude (ROM) Cost based on a preliminary review of the draft SOW. 6. Include any other supporting documentation. 7. Please include any suggestions, questions, or concerns you have in regards to this requirement as the Government would like to compete this requirement. Respondents must be properly registered in the System for Award Management (SAM) to be awarded a Government contract. Information on SAM registration and annual confirmation requirements may be obtained by calling 1-866-606-8220, or via the internet at https://www.sam.gov. Responses should be emailed to joni.dingledine@us.af.mil and donald.grein@us.af.mil with a courtesy copy to christopher.hinders.1@us.af.mil and by 5:00PM EST, 9 June 2017. This RFI/sources sought does not constitute an Invitation for Bids (IFB), a Request for Quote (RFQ), or a Request for Proposal (RFP) and it should not be construed as a commitment of any kind by the Government to issue a formal solicitation or ultimately award a contract. Any costs incurred by interested parties in response to this announcement will NOT be reimbursed. Respondents will not be notified of the results, and the Government is not required to answer any questions submitted in regards to this sources sought notice. Please note the information within this sources sought notice will be updated and/or may change prior to an official synopsis/solicitation, if any. Contracting Office Address: AFLCMC/WISK 1895 5th St. Area B, Bldg. 16 WPAFB, OH 45433
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/GAARV_05032017/listing.html)
 
Place of Performance
Address: To the maximum extent possible, I-Level repairs shall be conducted at the home location of the GAARV. Current fielding plan includes GAARVs stationed at:, Wright-Patterson AFB, OH, Nellis AFB, NV, Davis-Monthan AFB, AZ, Gabreski ANGB, NY, Moffett Field, CA, Kadena AB, Japan, RAF Lakenheath, UK, Portland IAP, OR, Langley AFB, VA, Moody AFB, GA, Patrick AFB, FL, Elmendorf AFB, AK, United States
 
Record
SN04499852-W 20170510/170508234743-3bd27c967c94a079c278db87250162b6 (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.