SOURCES SOUGHT
99 -- RFI - Lebanon Airfield Ops
- Notice Date
- 5/27/2021 11:43:06 AM
- Notice Type
- Sources Sought
- Contracting Office
- FA8730 DIGITAL DIRECTORATE AFLCMC H HANSCOM AFB MA 01731-2100 USA
- ZIP Code
- 01731-2100
- Solicitation Number
- Lebanon-Ops
- Response Due
- 6/30/2021 1:00:00 PM
- Archive Date
- 07/15/2021
- Point of Contact
- Lano Balulescu, Phone: 7812255387, Richard Axtell Jr, Phone: 7812259066
- E-Mail Address
-
lano.balulescu@us.af.mil, Richard.axtell.2@us.af.mil
(lano.balulescu@us.af.mil, Richard.axtell.2@us.af.mil)
- Description
- REQUEST FOR INFORMATION (RFI) AFLCMC/HBAN � Aerospace Management Systems Division International Affairs & Foreign Military Sales Branch Description 1.1 The Aerospace Management Systems Division International Affairs & Foreign Military Sales Branch (AFLCMC/HBAN) is seeking information on how an interested contractor would support a Foreign Military Sales (FMS) procurement for two (2) Doppler VHF Omni Directional Range/Distance Measuring Equipment (DVOR/DME), one (1) Instrument Landing System/Distance Measuring Equipment (ILS/DME), and one (1) Precision Approach Path Indicator (PAPI) in support of a United States government partner nation. 1.2 THIS IS A REQUEST FOR INFORMATION (RFI) ONLY.� This RFI is issued solely for information and planning purposes � it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This request for information does not commit the USG to contract for any supply or service whatsoever.� Further, the USG is not at this time seeking proposals and will not accept unsolicited proposals.� Respondees are advised that the USG 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 interested party�s expense.� Not responding to this RFI does not preclude participation in any future RFP, if any is issued.� If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website. It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement. Background The upcoming Building Partnership Capacity (BPC) program is in support of USG partner nation in Asia. The program will provide two (2) DVOR/DME, one (1) ILS/DME, and one (1) PAPI. The procurement effort includes contractor site survey, systems production and installation, acceptance testing, Operator & Maintainer (O&M) training, flight inspection, spares, consumables, warranty, repair/return, & Contractor Logistics Support (CLS) services. One DVOR/DME will be installed at one airfield site & one DVOR/DME, one ILS/DME, and one PAPI will be installed at separate airfield. Requested Information 3.1 For any yes/no questions, please describe, to the extent possible, how you perform the activity and/or service in question. 3.1.1��� Interested potential sources should respond by identifying: ����������������������� a.�������� Interest in this effort. ����������������������� b.�������� Small business status; including small, small-disadvantaged, women-owned, Historically Underutilized Business Zone (HUBZone) and/or service-disabled veteran, and covering all socio-economic programs. ����������� 3.1.2��� Interested potential sources should identify their capabilities and recent experience (last 5 years) in providing capabilities similar to the systems listed in 1.1 of this RFI.� Responses should address: ����������������������� a)�������� Experience in training different skills levels in use and mastery of systems being procured or similar systems. ����������������������� b)�������� Experience in solutions successfully supporting procurement & sustainment efforts of systems being procured or similar systems. 3.2 In delineating previous experience, identify the complexity, scope, dollar value, start and end dates of the effort, customer point of contact. Relate scope to the requirements identified above and describe breath of experience in delivering similar systems. 3.3 In addition to detailing how the proposed solution meets all performance requirements, please provide a response to the following questions: ����������� a)�������� What is the estimated cost of the proposed solution? ����������� b)�������� What is timeline or schedule is required to deliver the proposed solution and complete the performance requirements? 4.0 Responses 4.1 Interested parties are requested to respond to this RFI with a white paper. 4.2 White papers in unclassified pdf format are due no later than 30 JUNE 2021, 1600 EST.� Responses shall be limited to 10 pages for Section 2 and submitted via e-mail to the personnel listed below. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED.� To aid the Government, please segregate proprietary information. Any submissions in response to this RFI constitutes consent for that submission to be reviewed by Government personnel and Advisory & Assistance Services (A&AS) Contractor employees supporting AFLCMC/HBAN. Please be advised that all submissions become Government property and will not be returned. Richard Axtell����������� (312) 845-9066���������� richard.axtell.2@us.af.mil Kathryn Mackessy����� (312) 845-4291���������� kathryn.mackessy@us.af.mil Dominic Martone������� (315) 842-6984���������� dominic.martone.ctr@us.af.mil 4.3.� Section 1 of the white paper shall provide administrative information, and shall include the following as a minimum: 4.3.1.� Name, mailing address, , phone number, fax number, and e-mail of designated point of contact. 4.3.2.� Recommended contracting strategy. 4.3.3.� Business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUBZone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business) based upon North American Industry Classification System (NAICS) code 541512, Computer Systems Design Services.� �Small business concern� means a concern, including its affiliates that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria and size standards in 13 CFR part 121. Please refer to Federal Acquisition Regulation FAR 19 for additional detailed information on Small Business Size Standards.� The FAR is available at http://www.arnet.gov. 4.3.4� The facility security clearance of the offeror. ����� 4.3.5 The number of pages in Section 1 of the white paper shall not be included in the 10-page limitation, i.e., the 10 page limitation applies only to Section 2 of the white paper. 4.4 Section 2 of the white paper shall answer the issues addressed in Section 3 of this RFI and shall be limited to 10 pages. 5.0� Industry Discussions AFLCMC/HBAN representatives may or may not choose to meet with potential offerors. Such discussions would only be intended to get further clarification of potential capability to meet the requirements, especially any development and certification risks. 6.0 Questions Questions regarding this announcement shall be submitted in writing by e-mail to the Contracting Officer, richard.axtell.2@us.af.mil. Verbal questions will NOT be accepted.� Questions will be answered via e-mail from the Contracting Officer; accordingly, questions shall NOT contain proprietary or classified information. The USG does not guarantee that questions received after 16 June 2021, 1600 EST will be answered. 7.0 Summary THIS IS A REQUEST FOR INFORMATION (RFI) ONLY to identify sources that can support the requirements laid out in Section 1.1. The information provided in the RFI is subject to change and is not binding on the USG.� The USG has not made a commitment to procure any of the items discussed, and release of this RFI should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought.� All submissions become USG property and will not be returned.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/136797fb780148b6aba6783d26e2384a/view)
- Place of Performance
- Address: LBN
- Country: LBN
- Country: LBN
- Record
- SN06015866-F 20210529/210527230116 (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 |