Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 25, 2021 SAM #7028
SOURCES SOUGHT

99 -- Request for Information: Semi-Automated Test Article Rotation Tower

Notice Date
2/23/2021 8:35:43 AM
 
Notice Type
Sources Sought
 
Contracting Office
FA9101 AEDC PKP PROCRMNT BR ARNOLD AFB TN 37389-1332 USA
 
ZIP Code
37389-1332
 
Solicitation Number
FA9101-21-X-2001
 
Response Due
3/16/2021 1:00:00 PM
 
Archive Date
03/31/2021
 
Point of Contact
William Hunter, Phone: 5754919752
 
E-Mail Address
william.hunter.9@us.af.mil
(william.hunter.9@us.af.mil)
 
Description
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) will support market research by the United States Air Force and assist in identifying sources, gain knowledge of interest, and identify capabilities and qualifications of various business concerns that might be interested in competing for a potential future effort.� While this RFI is for planning purposes only, responses may be used to justify any near-future competitive or noncompetitive acquisitions.� 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, but not limited to: 8(a), Service-Disabled Veteran-Owned, HUBZone, and Women-Owned Small Business concerns.� If a solicitation is released, it will be synopsized and/or posted on the Federal Business Opportunities 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, Holloman AFB, NM is seeking potential sources interested in providing all personnel, tools, materials, supervision, logistics, training, technical support, and other items and services necessary to deliver Semi-Automated Test Article Rotation Tower. Please refer to the requirements listed in Attachment 1. OBJECTIVE:� The Government is requesting industry input regarding the selection of the most appropriate NAICS code for this effort. � INFORMATION AND INSTRUCTIONS:��� Capability packages shall not exceed 10 single-sided pages in length. Respondents must include the following information within their statement of capability packages. 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 necessary to develop Semi-Automated Test Article Rotation Tower meeting the requirements and functions listed in the draft requirements. 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. Identify any key technical personnel. c. Interest in this requirement as a prime or subcontractor. d. Documentation regarding experiences and qualifications to design and develop this type of equipment. e. Rough Order of Magnitude (ROM) estimate for cost, and schedule of significant events. f. Are there specific requirements in the requirements that would currently preclude your company from being a viable source for this effort? g. What is the minimum and maximum dollar value for a project which your firm would routinely consider submitting for a proposal? 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. i. What contract type would your firm routinely consider in the performance of this service? j. The Government is requesting industry input regarding the selection of the most appropriate NAICS code for this effort. � SUBMISSION REQUIREMENTS:� Capability package responses are due by 2:00 PM Mountain Time, March 16, 2021.� Responses may be sent electronically via email to Mr. Kyle Hunter, william.hunter.9@us.af.mil or mailed to the address below. �Oral communications ARE NOT acceptable in response to this notice.� Mailing address: Mr. William K. Hunter, Sr. Contracting Officer 872 DeZonia Dr., Bldg. 1088 Holloman AFB, NM 88330 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.� Employees of commercial firms under contract with the Government may be used to process submissions and provide technical expertise under the requirement and may require access to other contractor�s proprietary information. These support contractors operate under nondisclosure agreements prohibiting them from disclosing any information submitted by other contractors or using such information for any purpose other than that for which it was furnished.� 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
SAM.gov Permalink
(https://beta.sam.gov/opp/4b9cf436bc084156ba818676cacc8e26/view)
 
Place of Performance
Address: Holloman AFB, NM 88330, USA
Zip Code: 88330
Country: USA
 
Record
SN05924850-F 20210225/210223230117 (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.