Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 30, 2020 SAM #6727
SOURCES SOUGHT

99 -- AE74861E & AE74538E Couplings

Notice Date
4/28/2020 3:40:29 PM
 
Notice Type
Sources Sought
 
NAICS
336412 — Aircraft Engine and Engine Parts Manufacturing
 
Contracting Office
FA2823 AFTC PZIO EGLIN AFB FL 32542-5418 USA
 
ZIP Code
32542-5418
 
Solicitation Number
FA2823-20-Q-9015
 
Response Due
5/4/2020 10:00:00 AM
 
Archive Date
05/19/2020
 
Point of Contact
SrA Gerell Johnson, Kaylee Scott, Phone: 8508834084
 
E-Mail Address
gerell.johnson@us.af.mil, kaylee.scott.1@us.af.mil
(gerell.johnson@us.af.mil, kaylee.scott.1@us.af.mil)
 
Description
SOURCES SOUGHT/REQUEST FOR INFORMATION The Department of Defense, United States Air Force (USAF), Air Force Material Command (AFMC), Air Force Test Center (AFTC), is currently conducting market research seeking a capabilities statement from all potential sources, including small businesses (SB), 8(a), HUBZone, Economically Disadvantaged Woman-Owned (EDWOSB), Woman-Owned (WOSB), and Service Disabled Veteran Owned (SDVOSB) small businesses that are capable of providing the brand name or equal requirement described below: Brand name or equal to the AE74861E and AE74538E Couplings conforming to the following requirements: Coupling Half, Quick Disconnect Spring-Loaded 1/4� in size All interested vendors shall submit a response demonstrating their capability to provide these items to the Primary Point of Contact listed below. Interested vendors must indicate whether they are capable of providing the collaborative robot through the open market, GSA Schedule 70, or NASA SEWP.� 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 Product Service Code (PSC) assigned to this acquisition is 5340, Hardware. The NAICS Code assigned to this acquisition is 336412, Aircraft Engine and Engine Parts Manufacturing with a small business size standard of 1500 employees.� Respondents should indicate their size in relation to this size standard and indicate socio-economic status (i.e. SB, 8(a), HUBZone, EDWOSB, WOSB, or SDVOSB).� 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.� No set-aside decision has been made.� Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime contractors must perform at least 50% of the effort, as defined in FAR Clause 52.219-14. 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.� CAPABILITIES STATEMENT:� All interested vendors shall submit a capabilities statement that explicitly demonstrates their capability to provide the requirement as stated in this notice to include delivery F.O.B Destination.� The capabilities statement should be brief and concise, yet clearly demonstrate an ability to meet the stated requirement.� The response must not exceed 4 pages.� Responses may be submitted electronically to the following e-mail address: gerell.johnson@us.af.mil.� Correspondence sent via email shall contain a subject line that reads �FA2823-20-Q-9015, QD Couplings.�� If this subject line is not included, the e-mail may not get through e-mail filters at Eglin AFB.� Filters are designed to delete emails without a subject or with a suspicious subject or attachment.� 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.� 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. NOON (CST) 4 MAY 2020.� Direct all questions concerning this requirement to SrA Gerell Johnson at gerell.johnson@us.af.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/d8482e647c804ceeaec640add4897480/view)
 
Place of Performance
Address: Eglin AFB, FL 32542, USA
Zip Code: 32542
Country: USA
 
Record
SN05638738-F 20200430/200428230150 (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.