Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 03, 2023 SAM #7858
SOURCES SOUGHT

D -- KC-46 Aircraft Subscription Services - Market Research/Sources Sought

Notice Date
6/1/2023 12:49:29 PM
 
Notice Type
Sources Sought
 
NAICS
517410 — Satellite Telecommunications
 
Contracting Office
FA8625 AFLCMC WLNK C130 WPAFB OH 45433-7222 USA
 
ZIP Code
45433-7222
 
Solicitation Number
FA8609-23-R-1001
 
Response Due
6/16/2023 2:00:00 PM
 
Archive Date
06/17/2023
 
Point of Contact
Amanda Myers, Erika Hoke
 
E-Mail Address
amanda.myers.7@us.af.mil, Erika.Hoke@us.af.mil
(amanda.myers.7@us.af.mil, Erika.Hoke@us.af.mil)
 
Description
KC-46A Aircraft Subscription Services - Market Research/Sources Sought/Request for Information FAR 52.215-3 Request for Information or Solicitation for Planning Purposes (Oct 1997) The Government does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited. Although ""proposal"" and ""offeror"" are used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal. This request is issued for the purpose of: obtaining quantities available, other market information, and better defining the KC-46 requirement(s) related to potential future ordering needs. No funds have been authorized, appropriated, or received for this effort. SCOPE: The information below is provided by the Department of the Air Force (DAF), AFLCMC/WLC to obtain market research from industry and potential commercial/specialized vendors and/or suppliers to assist in the refinement of program office requirement(s).� This Request for Information (RFI)/Sources Sought is intended for market research purposes only.� The requirement is anticipated for late 2023 through 2026.� The availability of communication registration services, as related to the ferry of a KC-46A aircraft, and the subscription services for telecommunications is requested. �The aircraft would ferry between Seattle, WA, USA to Miho Air Base, Japan. The DAF is currently scheduled to deliver four aircraft between 2023 and 2025. Vendor capabilities for subscription services is sought; these vendors would provide the services detailed in the �Information Requested� section (below) to enable robust communications during the ferry flight(s). INFORMATION REQUESTED: General Requirements: Identification as a large U.S. business, a small U.S. business, a foreign business. Please note that size indicated should be based on the NAICS code for this effort listed above. Identification of any other socioeconomic status: Women-Owned Small Business, Economically Disadvantaged Small Business, 8(a) Business Development Program, Service-Disabled Veteran Owned Small Business, Veteran Owned Small Business, or HUBZone. Points of contact, addresses, email addresses, phone numbers. Cage code, UEI, and/or DUNS number. All submitted information and materials shall be Controlled Unclassified Information (CUI). Responses are limited to 10 pages, double spaced, 12-size font, in a Microsoft Word compatible format. Specified Capabilities: Voice/Data Communications: VHF Datalink Network comprised of Aircraft Communication Addressing and Reporting System (ACARS) SATCOM: Provide INMARSAT data and voice communications capability. To include the INMARSAT monthly access fee. INMARSAT: General data and voice To include, Integrated Services Digital Network (ISDN) Fax and data SwiftBroadband (SBB) voice call Safety voice calls LIMITATIONS ON RESPONSES: Responses are limited to 10 pages, double spaced, 12-size font, in a Microsoft Word compatible format.� All responses should be emailed to Amanda.Myers.7@us.af.mil and Erika.Hoke@us.af.mil no later than 16 June 2023, 5:00 PM EDT. Any questions should be directed to both contacts through email. RESPONDENTS ARE REMINDED:�THIS IS A REQUEST FOR INFORMATION (RFI) ONLY FOR MARKET RESEARCH.� This is not a Fair Opportunity Proposal Request (FOPR), Request for Proposal (RFP), Request for Quotation (RFQ), nor Invitation for Bid (IFB). This RFI is issued solely for market research, gathering information, learning about industry capabilities, internal project planning and does not constitute a solicitation. The Government does not intend to award a contract or task order based on this RFI/Sources Sought; responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Any information received is considered market research and may be utilized by the Air Force in developing its acquisition strategy for formalizing an AF requirement. The Government will not respond or conduct formal or informal briefings to vendors or respondents to this RFI. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent action. The Government does not reimburse respondents for any costs associated with submission of the information being requested/received, nor reimburse expenses incurred to interested parties for responses to this RFI. No basis for claims against the Government shall arise as a result of a response to this RFI or the government use of information submitted to refine its acquisition strategy. Any information submitted by respondents to this request is strictly voluntary. All RFI responses will be considered ""Controlled Unclassified Information (CUI)"" (previously UNCLASSIFIED) and not shared with any other potential vendors. Any proprietary information submitted should be identified as such and will be properly protected from disclosure. The Government shall not be liable for damages related to proprietary information that is not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Responses to the RFI will not be returned. SUBMISSION INSTRUCTIONS: Vendors responding to the RFI/Sources Sought shall submit the requested information no later than 5:00 PM (EDT) on 16 June 2023 to Amanda.Myers.7@us.af.mil and Erika.Hoke@us.af.mil. Please include both contacts for the submission.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f8d874b774cf41a4b943213a93168568/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06701934-F 20230603/230601230118 (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.