Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 18, 2020 SAM #6898
SOURCES SOUGHT

E -- E-3 Sustaining Engineering and Technical Support (SETS)

Notice Date
10/16/2020 8:09:15 AM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
FA8102 AFLCMC HBK TINKER AFB OK 73145-3303 USA
 
ZIP Code
73145-3303
 
Solicitation Number
FY22_27_E3_Engineering_Services
 
Response Due
11/16/2020 2:30:00 PM
 
Archive Date
12/01/2020
 
Point of Contact
Holly Crothers, Phone: 405-736-3343, Jason Wycoff
 
E-Mail Address
holly.crothers@us.af.mil, jason.wycoff@us.af.mil
(holly.crothers@us.af.mil, jason.wycoff@us.af.mil)
 
Description
This is a Sources Sought Synopsis (SSS)/Request for Information (RFI) for market research purposes issued at Tinker Air Force Base (TAFB). The United States Air Force (USAF) is requesting information for the procurement for Engineering Services to determine available sources for the items listed below under ""Program Requirements.� This is a market research survey to determine the availability and adequacy of potential sources, prior to determining an acquisition strategy and contract strategy. This is a Sources Sought Synopsis/Request for Information. There is no solicitation available at this time. Requests for a solicitation will not receive a response. We are seeking and are open to all types of small business participation. Disclaimer: This SSS/RFI is issued solely for informational and planning purposes. It does not constitute a solicitation (Request for Proposal or Request for Quotations) or a promise to issue a solicitation in the future. As stipulated in FAR 15.201(e), responses to this notice are not considered offers, shall not be used as a proposal, and cannot be accepted by the Government to form a binding contract. This SSS/RFI does not commit the Government to contract for any service whatsoever. Furthermore, we are not seeking proposals at this time. Responders are advised that the Government will not pay for any information or administrative costs incurred in response to this RFI. All costs associated with responding to this RFI will be solely at the responding party's expense. Purpose: The information received will be utilized by the Air Force in developing its acquisition strategy, Statement of Objectives, Statement of Work, Purchase Description and Specification. Any proprietary information that is submitted may be used as a general concept.� However, specific information will be safeguarded as proprietary, if so marked and clearly identified, in accordance with the applicable Government regulations. The Government requests that non-proprietary information be submitted in response to this SSS/RFI. However, should proprietary information be submitted, it should be marked ""PROPRIETARY,"" and will be handled accordingly. The Government shall neither be liable for nor suffer any consequential damages for any proprietary information not ��properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Proprietary information or trade secrets should be clearly identified. The information in this notice is based on current information available to date. This information is subject to change and is not binding to the Government. Updated information will be provided in future announcements, if applicable, and posted electronically on the Federal Business Opportunities website at https://beta.sam.gov/. Responses, to this Sources Sought, may or may not be returned. Not responding to this Sources Sought does not preclude participation in any future solicitation, should one be issued. ATTENTION: Contractor must be registered with System for Award Management (SAM) to be eligible for contract award or payment from any DOD activity. Information on registration and annual confirmation requirements may be obtained via the Internet at https://www.sam.gov. Note: An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition. Before consulting the Ombudsman, concerned parties should first address their concerns, issues, disagreements, and/or recommendation to the Contracting Officer listed below for resolution. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman neither participates in the evaluation of proposals nor in the source selection process. Interested parties are invited to call the Ombudsman at (405) 736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Interested persons may identify their interest and capability to respond to the SSS/RFI. This notice of intent is not a request for competitive proposals. A determination by the Government, not to compete this proposed contract based upon responses to this notice, is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining need to conduct a competitive procurement. Should specifications, plans, or drawings relating to the procurement described be incomplete or unavailable, the Government will not furnish them. The proposed acquisition is expected to be a contract for a total of five (5) years - base period Calendar Year 2022- 2027 using FAR Part 15. Interested parties must possess or be able to obtain the necessary engineering data, data rights, manufacturing, and software knowledge and expertise to perform and manage multiple major sub system developments, hardware/software programs and related integration activities. Additionally, the source must possess any necessary license agreements with the Original Equipment Manufacturer (OEM) to obtain rights to all required data, including military specific modifications.� The Government provides nothing.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/062c0b9069ec49f79cd5ecdef9b081b8/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05829875-F 20201018/201016230137 (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  © 1994-2020, Loren Data Corp.