SOURCES SOUGHT
15 -- C208 Grand Caravan EX commercial aircraft
- Notice Date
- 5/2/2022 10:47:27 AM
- Notice Type
- Sources Sought
- NAICS
- 336411
— Aircraft Manufacturing
- Contracting Office
- FA8625 AFLCMC WLNK C130 WPAFB OH 45433-7222 USA
- ZIP Code
- 45433-7222
- Solicitation Number
- FA8625-22-Q-XXXX
- Response Due
- 5/13/2022 12:00:00 PM
- Point of Contact
- Michael Benincasa
- E-Mail Address
-
michael.benincasa@us.af.mil
(michael.benincasa@us.af.mil)
- Description
- This Sources Sought Synopsis (SSS) is issued solely for information and planning purposes. In accordance with Part 10 of the Federal Acquisition Regulation, the U.S. Government is conducting market research. The intended purpose is to identify potential sources that may possess the capability to provide for the Air Force�s full requirement. It does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. Further, the Air Force is not at this time seeking proposals and will not accept unsolicited proposals. Responders are advised that the Government will not pay for any information or administrative costs incurred in response to this SSS. In accordance with Federal Acquisition Regulation 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Objective: The Department of the Air Force, Air Force Life Cycle Management Center (AFLCMC), Mobility and Training Aircraft, International Acquisition Programs Division, Wright Patterson Air Force Base, OH, intends to award a single award, Firm-Fixed Price (FFP) contract. This is a Foreign Military Sales (FMS) program. The potential purchase will consist of two (2) Textron Aviation Inc. (TAI) C208 Grand Caravan EX commercial aircraft by the United States Government (USG) for the benefitting country.� The primary purpose of the Aircraft is Aerial Patient Movement (APM) missions Such movement involves aerial transport of casualties/patients near point of injury/illness to increasingly higher levels of medical support facilities, with enroute medical care provided (casualty evacuation [CASEVAC], medical evacuation [MEDEVAC], or aeromedical evacuation [AE]). When not designated for APM missions, aircraft must be easily and quickly reconfigurable for secondary purposes of light-lift transport of personnel and/or cargo and aircrew flight proficiency. The cargo stowage flexibility and extra capacity provided by an external cargo bin (and associated equipment) is required for all missions. Please see the draft Statement of Work for specifications. � Interested parties who believe they can provide the required aircraft may respond by submitting their capability statement via email. Written responses to this synopsis shall contain sufficient documentation to establish a bona fide capability to fulfill this requirement. The intent of this notice is not a request for competitive proposals. Please submit all responses related to this notice, in writing, via email to michael.benincasa@us.af.mil by 1500 EST 13 May 2022. Information received as a result of this notice will be considered solely for the purpose of determining the appropriate acquisition decision for the procurement. �Failure to provide documentation, may result in the government being unable to adequately assess your capabilities. � Included in your response, please provide the following business information for your company/institution and for any teaming or joint venture partners: . � � � � � � � � � Company/Institute Name: . � � � � � � � � � Address: . � � � � � � � � � Point of Contact: . � � � � � � � � � CAGE Code: . � � � � � � � � � Phone Number: . � � � � � � � � � E-mail Address: . � � � � � � � � � Web Page URL: Respondents should also identify themselves as a small business and/or any other socioeconomic designations such as Veteran Owned Small Business (VOSB), Service Disabled Veteran Owned Small Business (SDVOSB), Woman Owned Small Business (WOSB), Historically Underutilized Business Zone (HUBZone) or 8(a) business. SSS issuance does not restrict the USG�s ultimate acquisition approach. The USG will neither award a contract solely on the basis of this notice, nor pay for any information that is submitted by respondents to this SSS. RESPONSE DUE DATE: Responses to this SSS are due no later than 1500 EST 13 May 2022 and should be sent to michael.benincasa@us.af.mil
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/8d69a166c2404f42b354d2be75407716/view)
- Record
- SN06314583-F 20220504/220502230059 (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 |