Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 13, 2018 FBO #6076
SOURCES SOUGHT

95 -- Mobile Ballistic Shield - Requirement Description

Notice Date
7/11/2018
 
Notice Type
Sources Sought
 
NAICS
332313 — Plate Work Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PZIO - WPAFB, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-18-Q-0146SS
 
Archive Date
8/9/2018
 
Point of Contact
Nicole A. Phillips, Phone: 9375224606
 
E-Mail Address
nicole.phillips.8@us.af.mil
(nicole.phillips.8@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work (SOW) SOURCES SOUGHT SYNOPSIS (Not a Notice of Solicitation) FA8601-18-Q-0146SS The United States Air Force, AFLCMC/ Operational Contacting Branch, Wright-Patterson AFB, Ohio is seeking capabilities packages of potential sources, including small business (SB), 8(a), HUBZone, Woman Owned (WOSB), Economically Disadvantaged Women-Owned (EDWOSB), Veteran Owned (VOSB) and Service-Disabled Veteran-Owned (SDVO) small businesses that are capable of providing a Ballistic Shields. Firms that respond shall specify that their product meets the specifications provided in the attachment below and provide detailed information to show clear technical compliance. Detailed Specifications are listed in the attachment identified below: •1. Attachment 1- Requirement Description All interested firms shall submit a response demonstrating their capability to provide these items to the Primary Point of Contact listed below. As stipulated in FAR 15.201, 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; 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 NAICS Code assigned to this acquisition is 332313 (Plate Work Manufacturing) with a size standard of 750 persons. Firms responding should indicate their size in relation to this size standard, and indicate socio-economic status (SB, 8(a), VOSB, SDVO, WOSB, EDWOSB, or HUBZone). 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. Capability responses will be assessed and the data will be used to assist the Government in determining the acquisition strategy, including Small Business Set Aside (SBSA), sole source, or full and open, for any potential subsequent action. In accordance with Federal Acquisition Regulation (FAR) 10.001, market research results will be used to determine whether FAR Part 19 criteria are met for a SBSA or further socio-economic set aside. Note that a key factor in determining an acquisition to be a SBSA is that small business prime contractors meet the requirements set forth in compliance with FAR 52.219-14, Limitation of Subcontract. Responses from small businesses, therefore, need to include rationale as to how compliance with FAR 52.219-14 will be achieved. Also, the rules governing affiliation and ostensible subcontracting apply when determining size, as does the non-manufacturer rule. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. Any information submitted by respondents to this sources sought synopsis 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. CAPABILITIES PACKAGE: All interested firms shall submit a capabilities package that explicitly demonstrates their capability to provide the required commodities. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. The response must not exceed 15 pages. Responses may be submitted electronically to the following e-mail address: nicole.phillips.8@us.af.mil. All correspondence sent via email shall contain a subject line that reads " FA8601-18-Q-0146SS, "Ballistic Shields" If this subject line is not included, the email may not get through email filters at Wright-Patterson AFB. Filters are designed to delete emails without a subject or with a suspicious subject or attachments. 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. Responses may also be mailed to: AFLCMC/PZIBB, ATTN: POC- Nicole Phillips 1940 Allbrook Dr., Rm 109 Wright-Patterson AFB, OH 45433-5309 Or electronically at nicole.phillips.8@us.af.mil RESPONSES ARE DUE NOT LATER THAN 25 July 2018 BY 12:00 PM ET. Direct all questions concerning this acquisition to Nicole Phillips at nicole.phillips.8@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-18-Q-0146SS/listing.html)
 
Place of Performance
Address: 2586 Newark Street Bldg. 295, Wright Patterson AFB 45433, Fairborn, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN04988044-W 20180713/180711231440-ffe63ad170fce4efd41dcfd18c729126 (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.