Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 14, 2018 FBO #5927
SOURCES SOUGHT

16 -- Flight Test Support Services - Draft PWS

Notice Date
2/12/2018
 
Notice Type
Sources Sought
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFTC/PZIO - Eglin, 308 West D. Ave, Bldg 260, Suite 130, Eglin AFB, Florida, 32542-5418, United States
 
ZIP Code
32542-5418
 
Solicitation Number
F1T0DC8032A101
 
Archive Date
3/29/2018
 
Point of Contact
Lequetta M. Wiggs, , Rebecca C. Hoppe,
 
E-Mail Address
lequetta.wiggs@us.af.mil, rebecca.hoppe@us.af.mil
(lequetta.wiggs@us.af.mil, rebecca.hoppe@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
DRAFT Performance Work Statement dated 12 February 2018 SOURCES SOUGHT NOTICE 12 February 2018 Project Title: Flight Test Support at Eglin AFB, FL FA2823-18-R-0001 SOURCES SOUGHT SYNOPSIS: This is a Sources Sought Notice. This is NOT a pre-solicitation notice pursuant to FAR Part 5. The United States Air Force (USAF), Air Force Materiel Command (AFMC), Air Force Test Center (AFTC), Operational Contracting Office, Eglin AFB, Florida is currently conducting market research seeking capabilities statement from potential sources, including small businesses (SB), 8(a), HUBZone, Economically Disadvantaged Woman-Owned (EDWOSB), Woman-Owned (WOSB), Service Disabled Veteran Owned (SDVOSB) that are capable of providing all personnel, equipment, tools, materials, supervision, logistics, training, technical support, and other items and services necessary to manage and perform Flight Test Support Services for Eglin AFB, Florida. Requirements are described in the attached DRAFT Performance Work Statement dated 12 February 2018. Feedback and comments regarding the DRAFT Performance Work Statement are welcomed. 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 Government anticipates award of a Firm Fixed Price Indefinite Delivery Indefinite Quantity (ID/IQ) type contract with a base period of performance of 20 September 2018 through 19 September 2019 and up to four (4) one-year option periods for a total contract performance period of sixty (60) months, if the option periods are exercised. The proposed North American Industry Classification System (NAICS) code for the future acquisition is 488190 Other Support Activities for Air Transportation, with a small business size standard of $32.5M. 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. Capability Statements/responses should include the following: (1) name, cage code, address, phone, fax, e-mail and website if applicable; and (2) a list of similar contracts your firm currently holds or has completed within the last three (3) years. The list of relevant contracts should include the location, contract number, description, estimated yearly value, performance dates, and Government point(s) of contact (Contracting Officer and COR/QA) with phone and fax numbers. Please limit your responses to 15 pages. Respondents should indicate their business and indicate socio-economic status (i.e. SB, 8(a), HUBZone, EDWOSB, WOSB, or SDVOSB) based on the NAICS listed above. 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; https://www.sam.gov/portal/SAM/. No set-aside decision has been made. 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. Responses shall be submitted electronically to the following e-mail address: lequetta.wiggs@us.af.mil with a courtesy copy to rebecca.hoppe@us.af.mil. All correspondence sent via email shall contain a subject line that reads "Flight Test Support". 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. All responsible sources may submit information that shall be considered by the agency. If late information is received, it may be considered, depending on agency time constraints. All routine communications regarding the announcement should be directed to the contractual point of contact listed in this posting. The Government may or may not use any responses to this sources sought as a basis for a subsequent project/requirement. Any project/requirement developed from the sources sought responses may be the subject of a subsequent acquisition; any such subsequent acquisition will be posted in FedBizOpps.gov separately. Responses to this sources sought will not be returned. The Government is under no obligation to acknowledge receipt of the information received, or provide feedback to the respondents with respect to any of the information submitted under this sources sought. No requests for a bid package or solicitation will be accepted; a bid package or solicitation does not exist at this time. In order to protect the integrity of any possible future acquisition, no additional information will be provided and no appointments for presentations will be made in reference to this sources sought. 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 12:00 P.M. (CST) on 14 March 2018.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d76162e1acd5c35ac703c0a7154c1c2f)
 
Place of Performance
Address: Eglin AFB, Florida, 32542, United States
Zip Code: 32542
 
Record
SN04820259-W 20180214/180212231655-d76162e1acd5c35ac703c0a7154c1c2f (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  © 1994-2020, Loren Data Corp.