Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 09, 2018 FBO #6195
SOURCES SOUGHT

58 -- Spirent Simulator Coverage - Draft Statement of Work

Notice Date
11/7/2018
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, HQ Arnold Engineering Development Complex (AEDC) - Arnold, 100 Kindel Drive, Suite A-335, Arnold AFB, Tennessee, 37389-1335, United States
 
ZIP Code
37389-1335
 
Solicitation Number
FA9101-19-X-2101
 
Archive Date
12/7/2018
 
Point of Contact
William K. Hunter, Phone: 575-572-1245
 
E-Mail Address
william.hunter.9@us.af.mil
(william.hunter.9@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Draft Statement of Work REQUEST FOR INFORMATION/CAPABILITIES REQUEST THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUEST FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. This Request for Information/Capabilities Request (RFI) is in support of market research being conducted by the United States Air Force to identify (1) potential sources and, (2) if this effort can be set aside for small businesses. While this RFI is for planning purposes only, responses may be used to justify any near-future competitive or noncompetitive acquisition. The purpose of this RFI is to gain knowledge of interest, capabilities and qualifications of various business concerns that might be interested in competing for a potential future effort. The Government will use this information to determine the best acquisition strategy for this procurement. The Government is interested in responses from both large and small businesses to include: 8(a), Service-Disabled Veteran-Owned, HUBZone, and Women-Owned Small Business concerns. If a solicitation is released, it will be synopsized and posted on the FedBizOpps website. It is the responsibility of the potential offerors to monitor that site for additional information pertaining to this requirement. The Government requests that interested parties respond to this notice if applicable and identify your small business status to the identified North American Industry Classification System (NAICS) code. Additionally, please provide any anticipated teaming arrangements, along with a description of similar systems offered to the Government and to commercial customers for the past five years. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. DESCRIPTION: The 704th Test Group, Arnold Engineering Development Complex, Holloman AFB, NM is seeking potential sources interested in providing all personnel (able to obtain a Secret security clearance), tools, materials, supervision, logistics, training, technical support, and other items and necessary to provide software and firmware updates/upgrades, technical support, and maintenance/repair for the 746 TS Spirent simulator systems. A draft statement of work (SOW) is provided with this notice and provides further details on this requirement. OBJECTIVE: The Government is requesting industry input regarding the selection of the most appropriate NAICS code for this effort. The Government is planning to utilized 334511, Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing. Respondents may identify a different NAICS code if it is more appropriate for the effort described. INFORMATION AND INSTRUCTIONS: Respondents must include the following information within their statement of capability packages. Capability packages shall not exceed 10 single-sided pages in length. Capability packages may contain single or double spaced text, but shall not exceed 10 single-sided pages in length. a. Company Information: - Company name - Address - Point of Contact with email address and telephone number - Federal Cage Code - Data Universal Numbering System (DUNS) and business size pursuant to NAICS - Web page URL - Status as U.S. or Foreign-Owned Entity (if foreign, provide country of ownership) Your company must be registered in System for Award Management (SAM). To register, go to https://www.sam.gov. b. A statement of capabilities demonstrating the skills, experience, knowledge, and capabilities to meet the requirements in the SOW. Please limit your relevant past experience to the past five years to include a description of the work performed, period of performance, agency/organization supported and the individual point of contact (Contracting Officer/Purchasing Agent or Program Manager). Include the contract number(s) or customer/company name. c. Documentation regarding experience and qualifications to provide testing, maintenance, firmware and software updates, etc. of the Spirent simulator systems identified in the attached SOW. d. Confirmation that the Contractor personnel performing work under this contract will have a "Secret" security clearance at time of the offer submission, and can maintain the level of security required for the life of the contract. e. Interest in this requirement as a prime or subcontractor. f. Rough order of magnitude (ROM) cost estimate for a three year effort and a schedule of significant events (key milestones). g. Are there specific requirements in the provided documentation that would currently preclude your company from being a viable source for this requirement? h. Other: Please note: Emails containing large amounts of data (over 4 MB), or file types such as: zip,.xlsx,.docs, or other macro-enabled extensions, may not be delivered to the intended recipients. To ensure delivery of these types please utilize the US Army's Aviation and Missile Research, Development, and Engineering Center (AMRDEC) Safe Access File Exchange (SAFE) at https://safe.amrdec.army.mil/safe. SUBMISSION REQUIREMENTS: Capability package responses are due by 12:00 PM Mountain Time, 30 Nov 2018. Responses shall be sent via email to Mr. Kyle Hunter, Contracting Officer, at william.hunter.9@us.af.mil. Oral communications ARE NOT acceptable in response to this notice. Paper copies of this announcement will not be provided. Any information received will be used solely for the purpose of market research. GOVERNMENT RESPONSIBILITY: This RFI should not be construed as a commitment by the Government for any purpose. This is NOT a Request for Proposal or an Invitation for Bid and no contract will be awarded from this RFI notice. This notice does NOT constitute a procurement commitment by the U.S. Air Force, implied or otherwise. Any information submitted by respondents to this RFI is strictly voluntary and will be used solely for the purpose of market research. Please be advised that all submissions become Government property and will not be returned. All Government and contractor personnel reviewing RFI responses are required to protect sensitive information from unauthorized disclosure of proprietary information as described in 41 USC 423. Official information regarding this acquisition will be provided by the Contracting Officer. Any information received from other sources should not be relied upon. Any information received from industry in response to this RFI will NOT be available to the public. Questions on this notice shall only be submitted via email to the Contracting Officer, Mr. Kyle Hunter, at william.hunter.9@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AEDC/FA9101-19-X-2101/listing.html)
 
Place of Performance
Address: Holloman AFB, New Mexico, United States
 
Record
SN05146110-W 20181109/181107230707-4820b3d382b91f0504a87e0cf7148227 (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.