Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 12, 2019 SAM #6587
SOURCES SOUGHT

99 -- Aviation Engineering Services and Limited Production Manufacture

Notice Date
12/10/2019 12:05:20 PM
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
USSOCOM TAKO CONTRACTING OFFICE FORT EUSTIS VA 23604 USA
 
ZIP Code
23604
 
Solicitation Number
H9224120R0007
 
Response Due
12/30/2019 9:00:00 AM
 
Archive Date
01/14/2020
 
Point of Contact
Sharon R. Washington, Phone: 7578785223350, Fax: 7578780728
 
E-Mail Address
sharon.r.washington@us.army.mil
(sharon.r.washington@us.army.mil)
 
Small Business Set-Aside
SDVOSBS Service-Disabled Veteran-Owned Small Business (SDVOSB) Sole Source (FAR 19.14)
 
Description
General Information THIS IS NOT A NOTICE OF SOLICITATION ISSUANCE, BUT RATHER A SOURCES SOUGHT that will allow the Government to identify interested sources capable of meeting the requirement. The information sought herein is for planning purposes only and shall not be construed as a request for quote (RFQ), Request for proposal (RFP), Invitation for Bid (IFB), or as an obligation or commitment on the part of the Government to acquire any product or service. There shall be no basis for claims against the Government as a result of information submitted in response to the Sources Sought. The Government does not intend to award a contract on the basis of this Sources Sought, or otherwise pay for any information submitted by respondents to this request. This notice is for market research purposes only and is not indicative of a full requirement. The United States Special Operations Command (USSOCOM), Technology Application Contracting Office (TAKO) is interested in identifying potential Service-Disabled Veteran-Owned Small Business (SDVOSB) sources in the Southeastern Virginia and Northeastern North Carolina region possessing the necessary capabilities to analyze, design, customize, manufacture, configuration management using software tools and databases, and/or apply custom modifications for Department of Defense (DoD) low density, highly modified fixed wing and rotary wing aircraft, including but not limited to: mission systems, cockpit management systems, sensors, displays, weapons, and supporting software and equipment. These aircraft systems will be designed to facilitate aircrew workload in specially equipped aircraft. The aircraft improvements and new systems may be installed on multiple platforms or may be targeted to design concerns inherent on specific platforms. When modifying an existing system; development, including test, evaluation and verification, will typically be accomplished on a single order. Once proven, limited production quantities of the systems may be purchased on a follow on order. Access to an airfield supporting both rotary and medium sized cargo fixed wing aircraft is desirable. The source must have a documented process to meet airworthiness substantiation requirements. Potential sources are requested to submit a brief summary of their capabilities. 2.0 Proprietary Materials Protection This Sources Sought is the initiation of market research under Federal Acquisition Regulation (FAR), Part 10, and does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. The information collected may be used by the Government to explore acquisition options and strategies. All information received in response to this Sources Sought that is properly marked as “proprietary” will be protected as proprietary information. Such information will be reviewed by a team comprised of Government as well as contractor personnel hired to provide technical assistance for the Government’s preparation of an acquisition strategy. All members of the team will be reminded of their obligation to protect such information to the maximum extent permitted or required by the Economic Espionage Act, 18 U.S.C. 1831 et seq., and other applicable statutes or regulations. In addition, Government members will be reminded of their obligations to afford protection under the Trade Secrets Act, 18 U.S.C. 1905. All contractor members are required to protect the information by the terms of their contracts. The Government will make a determination whether or not contractor personnel have organizational conflicts of interest that could adversely affect protection of the information. In an effort to ease the coordination for potential need of nondisclosure agreements between multiple parties as part of the Government’s market research, the Government will treat all notice responses as proprietary and to disclose the contents only for the purpose of Government market research and acquisition planning activities. All proprietary information is submitted with the above understanding that these contractor technical experts will have access and should be marked accordingly. The Government shall not be liable for, or suffer any consequential damages, for any proprietary information not properly identified. Sources Sought Response All interested, capable, and responsible sources that would like to respond to this Sources Sought are encouraged to provide a statement of interest along with supporting data via email to Mrs. Sharon R. Washington, Contracting Officer, sharon.r.washington.civ@mail.mil, no later than 12:00 pm EST on 30 December 2019. Once the Sources Sought requirement has closed, the Government will contact individual responders for any further information required. Verbal questions will not be accepted. Respondents are advised to submit questions via email to the aboveGovernment POC. Responses from U.S. firms will be accepted to this Sources Sought. Responses to questions from interested parties will be promptly answered and posted on this Beta.SAM.gov website, unless some release of proprietary information is involved or the answer addresses a question peculiar to a Company or that Company's response. Post submittal, one-on-one information sessions with respondents are not contemplated.The Government reserves the right to not address questions received after 12:00 p.m. E.T., 30 December 2019.NAICS: 336413
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/e8b6781eaf6f4534ab441d53863cb5ab/view)
 
Place of Performance
Address: 50152, VA 23110, USA
Zip Code: 23110
Country: USA
 
Record
SN05513564-F 20191212/191210230255 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.