Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 02, 2023 SAM #7857
SOURCES SOUGHT

J -- F-16 CONUS Based Depot

Notice Date
5/31/2023 9:01:25 AM
 
Notice Type
Sources Sought
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
FA8232 AFLCMC WWMK HILL AFB UT 84056-5820 USA
 
ZIP Code
84056-5820
 
Solicitation Number
F-16_CONUS_Based_Depot
 
Response Due
9/10/2023 2:00:00 PM
 
Archive Date
05/10/2024
 
Point of Contact
Miranda Brown, Phone: 8015860960, Eric Dumpert, Phone: 8017775964
 
E-Mail Address
miranda.brown.3@us.af.mil, eric.dumpert.1@us.af.mil
(miranda.brown.3@us.af.mil, eric.dumpert.1@us.af.mil)
 
Description
31 MAY 2023� Added the DRAFT Performance Work Statement (PWS). Extended the response date to 10 September 2023. ____________________________________________________ 11 MAY 2023 SOURCE SOUGHT SYNOPSIS:� F-16 CONUS Based Depot NOTICE TYPE: Sources Sought SOURCES SOUGHT NUMBER: TBD 1.�� �NOTICE: This is not a solicitation but rather a Sources Sought Synopsis to determine potential sources for information and planning purposes only. 1.1�� �The purpose of this Sources Sought is to conduct market research to determine if responsible sources exist, and to assist in determining if this effort can be competitive and/or a total Small Business Set-Aside. The proposed North American Industry Classification Systems (NAICS) code is 488190, which has a corresponding size standard of $40M. The Government is interested in all small businesses to include 8(a), Service-Disabled Veteran-Owned, HUB-Zone, and Woman-Owned small business concerns. The Government requests that interested parties respond to this notice and identify your small business status in relation to the aforementioned NAICS code, if applicable. Additionally, please provide any anticipated teaming arrangements, along with a description of similar offerings to the Government and to commercial customers within the past three years. Any responses involving teaming arrangements should delineate between the work that will be accomplished by the prime contractor and the work that will be accomplished by the teaming partners. The Government will use this information for acquisition planning purposes. 2.�� �PROGRAM DETAILS 2.1�� �The following information is provided to identify potential contractors who have the skills, experience, and knowledge required to successfully provide the described capability. AFLCMC/WAMB F-16 Integration Section, Hill AFB, UT intends to award a five-year contract with one option ordering period for an additional five years. The initial Period of Performance (PoP) is expected to be September 2024 to September 2029. 3.4� � Please be aware the Government plans to release draft documents related to this effort as they come available. This action is being conducted to identify potential sources capable of meeting the requirements for the following: a.�� �The facilities requirements will need to have at a minimum, enclosed hangar space available, and available docks to meet the requirements of the Performance Work Statement (PWS) workload one year after contract award. b.�� �The facility location requirement is within the Continental U.S. (CONUS). The prime contractor also must be based out of the CONUS. No foreign-owned entities can be considered.� c.�� �To perform depot level maintenance and modification requirements to be provided to United States Air Force (USAF) F-16 aircraft. To sustain all USAF and potential Foreign Military Sales (FMS) F-16 aircraft, modifications, unplanned drop-in maintenance, Time Compliance Technical Orders (TCTOs), scheduled inspections, Contract Field Team (CFT), full strip, paint, and corrosion control. d.�� �To perform Over & Above (O&A) requirements, applicable F-16 Technical Order (TO) data, and specifications and standards to accomplish requirements.� e.�� �The contractor will have all necessary material, equipment, tools, parts, etc. to accomplish, or have the means of obtaining tooling in an expeditious manner, to complete any F-16 depot maintenance based on the Governments schedule requirements which includes any O&A findings. All tooling will be purchased, owned, and maintained by the contractor. f.�� �A plan for available tooling the contractor has, and/or the plan on how the contractor will obtain the tooling will be required during the Source Selection. If the Government is required to adjust schedule of induction/throughput due to the contractor�s lack of tooling or any other required resource, the Contractor Performance Assessment Reporting (CPAR) will be automatically rated as ""unsatisfactory"" until the deficiency is corrected.� g.�� �The Government will only provide tooling when it is in the Governments best interest and will charge all fees for usage and manpower to the contractor through reduction in the contractors Firm Fixed Price (FFP) Contract Line Item Numbers (CLINs). The Contracting Officer (CO) will establish this price and the price will not be negotiated. �The Government will provide no additional funding for tooling beyond the current FFP CLINs established at award. �� 3.�� �RESPONSES 3.1�� �Responses shall address whether the interested party is capable of meeting the requirements identified in paragraph 2. When responding please include the following information: a.�� �Company name and CAGE code. b.�� �Point of contact information. Please provide an email address and phone number. c.�� �Suggested NAICS Code, if 488190 is not considered appropriate for this effort. d.�� �Business classification (e.g. large or small, 8(a), woman-owned, etc.) e.�� �Confirmation of US based entity. f.�� �Experiences with same or similar items and/or support. Please describe. g.�� �Would you be a prime or subcontractor? 3.2�� �THIS IS A REQUEST FOR INFORMATION ONLY. This Sources Sought synopsis is issued solely for informational and planning purposes. It does not constitute a solicitation (Request for Proposal or Request for Quotation) 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 Sources Sought synopsis does not commit the Government to contract for any supply or service whatsoever; furthermore, the Government is 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 synopsis. All costs associated with responding to this synopsis will be solely at the responding party�s expense. The Government requests that non-proprietary information be submitted in response; however, should proprietary information be submitted, it should be marked �PROPRIETARY� and will be handled accordingly. The Government shall not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations. 3.3�� �Respondents are requested to provide an executive summary, relevant history, and evidence of capability to successfully perform the effort, not to exceed 10 pages. Copies of your submitted information will be distributed to the AFLCMC/WAMK and the Contracting Officer for review. Interested parties are requested to submit one (1) copy of the aforementioned summary to the Contract Specialist, miranda.brown.3@us.af.mil, no later than 30 calendar days after publication of this notice. Telephone and/or FAX responses will not be accepted. 4.�� �CONTACT INFORMATION � � Contracting Office: �� �AFLCMC/WAMKA �� �6072 Fir Avenue, Bldg. 1233 �� �Hill AFB, UT 84056 �� � �� �Primary Point of Contact:� � � �� �� �Ms. Miranda Brown� � � � � � � � � �� �Contract Specialist� � � � � � � � �� �� �miranda.brown.3@us.af.mil� � � �� �� �(801) 586-0960� � � � � � � � � � Alternate Point of Contact: � � Mr. Eric Dumpert� � � Contracting Officer � � eric.dumpert.1@us.af.mil � � � (801) 777-5964
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/482eeb1c36fc4f5aa1e9060ee0052132/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06700213-F 20230602/230531230115 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.