Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 26, 2017 FBO #5663
SOURCES SOUGHT

99 -- Human Systems Division Aeromedical Branch Environmental Testing - RFI

Notice Date
5/24/2017
 
Notice Type
Sources Sought
 
NAICS
541380 — Testing Laboratories
 
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
WNUK-17-005
 
Point of Contact
Michele Worthy, Phone: 9379043496, Mark Hohmann, Phone: 937-938-3808
 
E-Mail Address
michele.worthy@us.af.mil, mark.hohmann@us.af.mil
(michele.worthy@us.af.mil, mark.hohmann@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
JCETS Synopsis: The Air Force Life Cycle management Center (AFLCMC) Human System Division (AFLCMC/WNU), Wright-Patterson Air Force Base, seeks markets information and capabilities for planning purposes regarding Environmental Test Services for the United States Air Force (USAF). This notice is not a request for competitive proposals. AFLCMC is not seeking proposals at this time, and in accordance with FAR 15.201(e), responses to this notice are not an offer and cannot be accepted by the Government to form a binding contract. It is the responsibility of the interested parties to monitor the FedBizOps (FBO) site for additional information pertaining to this Request for Information (RFI). Please be advised that all submissions become Government property and will not be returned. All costs associated with responding to this RFI will be solely at the responding party's expense. Please submit all responses related to this notice, in writing, via email to michele.worthy@us.af.mil or mark.hohmann@us.af.mil by 1500, 21 June 2017. Small Businesses are encouraged to respond to this RFI in order to assist AFLCMC in determining opportunity for small business utilization. Responses to this RFI will be used in conjunction with market research to determine acquisition strategy, as well as, level of competition in awarding contract. If it is determined that sufficient interest and capability exists among two or more small businesses, the acquisition will be set-aside for small business in accordance with FAR 19.502-2. If it is determined that a small business set-aside is appropriate, companies intending to submit proposals as a prime contractor must submit information showing compliance with FAR 52.219-14, including details regarding teaming arrangements and whatever additional information may be required by the Government. I f this eff o r t is not s e t -a side f or sm a ll busin e ss, sm a ll b u sin e ss util i z a tion will be c onsid e r e d. L a r ge a n d sm a ll busin e ss e s should p r ovide a r ea son a ble e x p ec t a tion f or sm a ll busin e ss util i z a tion a s a p erce nt o f tot a l c ont r a c t v a lue a s w e ll a s suppo r ti n g ra tion a le f or t h e rec omm e nd e d p e r ce nt a g e. Companies may be contacted if additional information is needed to fully understand the marketplace and/or comment to the requirements presented in the Human Systems Division Environmental Testing Services Requirements. Requirements: A recurring need for Human Systems Division Test Services exists. The specific quantity of services and the schedule for performance for the Environmental Test services will vary based on the requirements and needs of the User Organizations including the Aeromedical Test Lab. From these requirements, a request is made for issuance of an RFQ for the acquisition of testing services. Any unique setup, test procedure, or test reports to be accomplished for each testing requirement will be specified by these User Organizations and will be tailored as applicable for each tasking. In addition to requiring the company to possess the resources necessary to perform the required testing services, the company should demonstrate the ability to provide a quick turn-around, the ability to perform multiple tests on the same equipment, and to permit Air Force personnel to assist and or witness the testing. Emphasis is placed on identifying a Supplier that has the resources to perform all Environmental testing services at one geographic location. The Environmental Test Services to be procured are required to determine possible risks for equipment deployed in aircraft and include but are not limited to the following tests: · Explosive Atmosphere · Vibration · Climatic Tests · High Temperature · High Humidity · Low Temperature · Low Pressure Altitude · Rapid Decompression · Blowing Sand · Blowing Dust · Rain and Blowing Rain · Acceleration In addition to the actual testing requirements the following tasks as applicable may be required for each test: initial engineering setup test plans running of the tests data collection high speed videos still photographs preparation and submission of test reports Questions: Responses to questions from interested parties will be promptly answered and posted on the FBO website, unless some release of proprietary information is involved or the answer addresses a question specific to a company or that company's response. Post submittal, one-on-one information sessions with respondents are not contemplated; however, they may be offered to responders to clarify the government's understanding of their submittal, the capability ramifications, or to discuss their business approach. Information feedback sessions may be offered to respondents after the RFI assessments are completed. AF Points of Contact (POC) for this RFI : Michele Worthy, Contract Negotiator michele.worthy@us.af.mil Mark Hohmann, Contracting Officer mark.hohmann@us.af.mil Contracting Office Address: Bldg. 12 1981 Monahan Way Wright-Patterson AFB, Ohio 45433 RFI Responses: RFI responses should contain sufficient information for an assessment of the vendor's ability to perform the ATL environmental testing services provided above IAW JECETS. Marketing materials may be included, but submitting marketing materials without an ATL-specific capability statement are considered an insufficient response to this Request for Information. Please provide your RFI responses to michele.worthy@us.af.mil and mark.hohmann@us.af.mil by 1500, 21 June 2017. Title e-mail responses in the subject line of the e-mail as follows: "Response to Aeromedical Branch Environmental Test Services RFI #WNUK-17-005." Responses shall include the following information: 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. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. The North American Industry Classification System (NAICS) Code for this action is Testing Laboratories 541380, size standard $15M. 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. Small Disadvantaged Business (Yes/No) d. 8(a) Certified (Yes/No) e. HUB Zone Certified (Yes/No) f. Veteran Owned Small Business (Yes/No) g. Service Disabled Small Business (Yes/No) h. Statement as to whether your company is domestically or foreign owned (if foreign owned, please indicate country of ownership). Please provide the following (or similar) cost information: Rough Order of Magnitude (ROM): Page length should be no more than 1-2 pages independent of the technical information. This section of your response will demonstrate anticipated costs of meeting the ATL testing requirements. Please limit your responses to no more than 20 pages, to include product sheets, test data and, identify a representative to support further Government inquiries and requests for clarification of the information provided, if needed. Respondents should indicate which portions of their responses are proprietary and mark accordingly. All information received in response to this RFI 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/ WNUK-17-005/listing.html)
 
Place of Performance
Address: Contracting Office Address:, Bldg. 12, 1981 Monahan Way, Wright-Patterson AFB, Ohio 45433, Wright-Patterson AFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN04520452-W 20170526/170524235054-1a51787ad9b1cf7157fd4f096231ad1f (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.