Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 23, 2017 FBO #5721
SOURCES SOUGHT

53 -- Blast Media for Aircraft Maintenance - Blast Media Questionaire

Notice Date
7/21/2017
 
Notice Type
Sources Sought
 
NAICS
327910 — Abrasive Product Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, Tinker AFB - AFSC/PZIO, 7858 5th Street Ste 1, Tinker AFB, Oklahoma, 73145-9106, United States
 
ZIP Code
73145-9106
 
Solicitation Number
FA8132-SS-Blast-Media
 
Point of Contact
Paul T. Gaines, Phone: 4055821833
 
E-Mail Address
paul.gaines.1@us.af.mil
(paul.gaines.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Blast Media Questionaire This is a Sources Sought Synopsis (SSS) for market research purposes issued at Tinker Air Force Base (TAFB). The United States Air Force (USAF) is requesting information for the procurement of Blast Media in support of Aircraft maintenance. This is a market research survey to determine the availability and adequacy of potential sources prior to determining an acquisition strategy and contract strategy. This is a Sources Sought Synopsis. There is no solicitation available at this time. Requests for a solicitation will not receive a response. We are seeking and are open to all types of small business participation. Disclaimer: This SSS is issued solely for informational and planning purposes. It does not constitute a solicitation (Request for Proposal or Request for Quotations) or a promise to issue a solicitation in the future. Responses to this notice are not considered offers, shall not be used as a proposal, and cannot be accepted by the Government to form a binding contract. This SSS does not commit the Government to contract for any service whatsoever. Furthermore, we are not seeking proposals at this time. Responders are advised that the Government will not pay for any information or administrative costs incurred in response to this SSS. All costs associated with responding to this SSS will be solely at the responding party's expense. Any resulting procurement action will be the subject of a separate, future announcement. The information is provided for discussion purposes and any potential strategy for this acquisition may change prior to any solicitation release. Purpose: The information received will be utilized by the Air Force in developing its acquisition strategy. Any proprietary information that is submitted may be used as a general concept but specific information will be safeguarded as proprietary, if so marked and clearly identified in accordance with the applicable Government regulations. The Government requests that non-proprietary information be submitted in response to this SSS. However, should proprietary information be submitted, it should be marked "PROPRIETARY," and will be handled accordingly. The Government shall not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Proprietary information or trade secrets should be clearly identified. The information in this notice is based on current information available to date. This information is subject to change and is not binding to the Government. Updated information will be provided in future announcements, if applicable and posted electronically on the Federal Business Opportunities website at www.fbo.gov. Responses to this Sources Sought may or may not be returned. Not responding to this Sources Sought does not preclude participation in any future solicitation, if one if issued. Attention: Contractor must be registered with System for Award Management (SAM) to be eligible for contact award or payment from any DOD activity. Information on registration and annual confirmation requirements may be obtained via the Internet at https://www.sam.gov. Interested persons may identify their interest and capability to respond to the SSS. This notice of intent is not a request for competitive proposals. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Program Requirements: The Government is seeking information on the following types of Blast Media: •1. Media #3 Glass Bead #5 Glass Bead #6 Glass Bead #13 Glass Bead Type II Plastic Media 12/16 Urea Type II Plastic Media 20/40 Urea Type II Plastic Media 30/40 Urea Type V Plastic Media 20/30 Acrylic Type VII Plastic Media Type VIII Plastic Media 20/40 Type I #24 Grit & #60 Grit Aluminum Oxide Type I #120 - #150 Grit Aluminum Oxide Type I #180- #320 Grit Aluminum Oxide Type I #500 Grit Aluminum Oxide •2. In addition to the above referenced blast media, the Government is seeking information on the availability of recycling services for used media. NAICS: 327910 - Abrasive Products Manufacturing Company Information: Please provide the following business information for your company and for any teaming or joint venture partners: - Company Name/Address - Point of Contact -Socio-economic status - CAGE Code (if available) - DUNS Number - Size of Business (i.e. Large/Small Business, Small Disadvantaged Business, 8 (a) concern, Minority-Owned Business) Size relative to NAICS Code 327910 (Small Business Size Standard 500) - Phone/Fax Number - Email address - Web page URL - U.S. or Foreign Owned Entity - Provide any recommendations and/or concerns. - Please indicate whether your interest in this as a prime contractor or as a subcontractor? As a small or large business, do you believe conditions exist for a small business set-aside in accordance with FAR 19.502-3(a) for any portion of the requirement described above? If yes, please indicate which portion of the requirement and the most appropriate NAICS code for each portion. Of the portion of work you identified as having the potential to be small business set-aside, are you most interested in performing as a prime contractor or subcontractor for the requirement described above and indicate whether you would qualify as a small or large business under the NAICS code you believe is most appropriate? If you are a small business, of the portion of work you identified as having the potential to be partially set-aside, are you capable of performing at least 50% of the work, in order to comply with FAR Clause 52.219-14, specifically 52.219-14(c)(1), "At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern." If you are a small business interested in performing a portion of the requirement as a set- aside, provide a brief summary of your company's experience and past performance within the past three years as a prime contractor as it relates to the magnitude of this anticipated requirement and/or the portion of the work you identified as having the potential to be partially set-aside. If a large business, relative to NAICS Code 327910, submit the reasonable expectation of subcontracting opportunities for small business concern(s) to provide materials and/or services in support of your capabilities to provide Blast Media in accordance with the above referenced products. Do you have any other thoughts or suggestions on ways to increase small business participation in this requirement? Capabilities: Using the attached questionnaire, please provide your company's capabilities in supplying the listed types of Blast Media and Recycling Services (if available) to the points of contact listed above by 0900 CST on 14 Aug 17. No phone or FAX requests will be accepted. If you have additional questions, please e-mail them to the above email address and a response will be provided.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCBC/FA8132-SS-Blast-Media/listing.html)
 
Place of Performance
Address: The Contractor's facility, United States
 
Record
SN04589663-W 20170723/170721234600-c615ecd86a08621adae71452ed6c5024 (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.