SOURCES SOUGHT
99 -- Request For Information (RFI) - Interim Repair Capability for Digital Eye Piece (DEP)
- Notice Date
- 8/5/2022 1:54:54 PM
- Notice Type
- Sources Sought
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- FA8606 AFLCMC WNUK WRIGHT PATTERSON AFB OH 45433-7205 USA
- ZIP Code
- 45433-7205
- Solicitation Number
- WNUK-A023887
- Response Due
- 8/19/2022 3:00:00 PM
- Point of Contact
- Samantha McKee, Phone: 9372553974
- E-Mail Address
-
samantha.mckee.1@us.af.mil
(samantha.mckee.1@us.af.mil)
- Description
- Notice: This Sources Sought Synopsis/Request for Information (SSS/RFI) is issued for informational purposes and market research only. This is not a request for a quote, request for proposal, or an invitation to bid, nor is this to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. This request neither constitutes a solicitation for proposals nor the authority to enter into negotiations to award a contract. Additionally, this SSS does not restrict the Government to a particular acquisition approach. The Government will not reimburse any company or individual for any expenses associated with preparing/submitting information in response to this posting or any follow-up information requests. Responders are advised that the Government will not pay for any information or administrative costs incurred in response to this SSS. All costs associated with responding to this SSS will be solely at the responding party�s expense. No funds have been authorized, appropriated, or received for this effort. The information provided may be used by the Government in developing its acquisition strategy, statement of work/statement of objectives, and performance specifications. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained within their response as instructed later in this SSS/RFI. The Government shall not be liable for, or suffer any consequential damages, for any proprietary information not properly identified. Please be advised that all submissions become Government property and will not be returned. Overview: The Air Force Life Cycle Management Center (AFLCMC) Human Systems Division (AFLCMC/WNU) is officially conducting market research that will be used to assess the ability of companies and industry at large to perform interim repair, stock listing, and provisioning for the DEP and its peripherals. The Government is issuing this SSS solely for information and planning purposes and may consider responses to determine the acquisition strategy for a prospective Interim Repair (IR) contract. If pursued, the contract period of performance will be approximately two years. Background Information: The Combat Air Forces originally identified the DEP as a material solution to an urgent operational need. DEP assets have been procured and are currently operating on a range of Air Combat Command (ACC) F-15 C/D/E and F-16 Block 40/42/50/52 aircraft. Attached to the Night Vision Goggles (NVG), the DEP delivers a night off boresight, cueing capability in conjunction with the Joint Helmet Mounted Cueing System (JHMCS) and standard AN/AVS-9 goggles. At present, approximately 500 DEPs and support hardware (e.g., NiCE Tool, Low-Cost Night Display Adapter (LoCNDA), and Helmet Mounted Display-Test Set (HMD-TS)) have been fielded. Both the DEP and its peripherals are reparable items. Instructions to Potential Respondents: 1. Submit one (1) electronic copy to Ms. Samantha McKee, samantha.mckee.1@us.af.mil, no later than 6:00 pm EST on 19 August 2022. Title e-mail responses in the subject line of the e-mail as follows: �Response to Interim Repair Capability for DEP RFI WNUK-A023887�. 2. Responses shall include the following information: Company/Institute Name: Address: Point of Contact (to include phone number and email address): CAGE Code: Unique Entity ID Web Page URL: State whether the company is domestically or foreign owned (if foreign, indicate the country of ownership). State whether the company is interested in being a prime contractor or subcontractor for this requirement. 3. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. The North American Industry Classification System (NAICS) code for this requirement, if applicable to the company�s capabilities, should be included in the company�s NAICS code listing in SAM. To learn more about this SAM requirement and how to register, please visit the SAM website at https://www.sam.gov/ 4. The NAICS Code for this action is 336413 - Other Aircraft Parts and Auxiliary Equipment Manufacturing with a size standard of 1,250 employees. Based on this NAICS Code, indicate whether your company qualifies as a: Self-Certified or Third Party Certified Small Business (Yes / No) Self-Certified or Third Party Certified Women-Owned Small Business (Yes / No) Self-Certified or Third Party Certified Economically Disadvantaged Women- Owned Small Business (Yes/No) Self-Certified or Third Party Certified HUBZone Certified (Yes / No) Self-Certified or Third Party Certified Veteran-Owned Small Business (Yes / No) Self-Certified or Third Party Certified Service-Disabled-Veteran-Owned Small Business (Yes / No) Self-Certified or Third Party Certified 8(a) (Yes / No) Self-Certified or Third Party Certified SBA Certification Date: ____________ SBA Graduation Date: ______________ Synopsis Questions: 1. How many years of avionics-related repair and product support (i.e., stock listing and provisioning) experience do you have while under contract to the Department of Defense (DoD)?� If one or more years, briefly describe the scope of your product support-related actions and associated components/platforms. (Please limit to 500 words) None Less than 1 year 1-5 6-10 11-16 17 or more 2. Based on the response(s) to Question #1, how many years of your DoD�related product support (i.e., repair, stock listing, and provisioning) experience were accomplished in support of optical-related, avionics components? None Less than 1 year 1-5 6-10 11-16 17 or more 3. Based on the response(s) to Question #1, how many years of your DoD�related product support experience were accomplished as a prime contractor? None Less than 1 year 1-5 6-10 11-16 17 or more 4. In support of the repair requirements, do you have experience with the task completion employing commercial repair manuals? Yes No 5. Based on your responses to Questions #1-4, what do you foresee as the top three challenges to on-time completion of product support (i.e., repair, stock listing and provisioning) for the DEP and its peripherals? (Please limit to 500 words) 6. Describe your experience with stocklisting (into the DoD supply system) and provisioning complex, avionics assets. (Please limit to 500 words) 7. Describe your experience with and the support tools employed to verify repair completion for complex, avionics assets. (Please limit to 500 words) 8. Do you currently own and maintain a facility capable of supporting DEP and peripheral repair requirements? Yes (If �Yes,� please identify (in the block below) the facility capabilities (e.g., asset storage, support equipment, repair throughput, etc.) and repair technician skills sets.� (Please limit to 500 words) No 9. Based on your responses to this synopsis, would you intend to bid on this effort if it was competed? Yes No If �Yes,� please provide the contract numbers for the Government vehicles under which you are executing comparable work. �(Please limit to 500 words) Communication and Additional Considerations: In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract. It is the responsibility of the interested parties to monitor the sam.gov website for any additional information pertaining to this posting. The Government will not award a contract on the basis of this RFI. A determination not to compete this action based on responses received is solely within the Government�s discretion. The acquisition strategy is still being determined. Market research results will assist the Air Force in determining whether this requirement will be a full and open competition, a small business set aside, a sole source acquisition, or utilization of DLA contract. Not responding to this SSS does not preclude participation in any future RFP, if any is issued. The Government may contact respondents to obtain additional information or clarification in order to fully understand a response. This may include discussions, site visits, demonstrations, etc. to further the Government�s understanding of a proposed effort, as well as the respondent�s understanding of the Government�s requirements. Responses to questions from interested parties will be promptly answered and posted on SAM.gov unless some release of proprietary information is involved or the answer addresses a question peculiar to a company or that company�s response. Post submittal, one-on-one information sessions with respondents are not contemplated; however, they may be offered to respondents to clarify the government�s understanding of their submittal, the capability ramifications, or to discuss their business approach. Information feedback sessions may be offered to respondents after the SSS assessments are completed. Verbal questions will NOT be accepted. All questions will be answered through postings to SAM.gov; except as provided above. Additionally, questions must NOT contain trade secrets or classified information. The Government reserves the right to not address questions received after 18 Aug 2022. Respondents that submit proprietary data shall clearly mark the data with appropriate markings on the cover sheet and on each applicable page. Any proprietary data submitted may be handled by contract support services personnel who have signed an NDA. Any proprietary information received in response to this request will be properly protected from any unauthorized disclosure. The Government will not use proprietary information submitted from any one firm to establish the capability and requirements for any future systems acquisitions, so as to not inadvertently restrict competition. Any material that is not marked proprietary will be considered publicly releasable Broad industry participation for this Sources Sought is encouraged. U.S. and non-U.S. firms are permitted to respond to this SSS/RFI. If a company is capable of some, but not the entire requirement stated in this Sources Sought Synopsis, please provide a response that explains the requirements for which you are capable. Small Businesses are encouraged to provide responses to this SSS in order to assist the Program Office in determining potential levels of competition available in the industry, as well as helping to establish a basis for developing any subsequent subcontracting goals. Companies responding to this SSS/RFI are encouraged to provide quotes for existing items. These quotes are for planning purposes only. Indicate whether the company is currently selling proposed solution to Department of Defense customers and whether the capability can be obtained under an existing Government contract. Provide the contract number(s) and Government points of contact accordingly. This notice may be updated as additional information becomes available. Please check the SAM.gov for updates to this announcement and register to receive e-mail notices of any updates.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/3791841113334fc2b2e4953348708527/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06416861-F 20220807/220805230123 (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 |