Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 31, 2024 SAM #8221
SOURCES SOUGHT

58 -- Sources Sought Synopsis - Viper Shield Electronics Warfare System (EWS) - AN/ALQ-254(V)1

Notice Date
5/29/2024 10:35:42 AM
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
FA8232 AFLCMC WWMK HILL AFB UT 84056-5820 USA
 
ZIP Code
84056-5820
 
Solicitation Number
FA8232-24-R-9005
 
Response Due
6/28/2024 2:30:00 PM
 
Archive Date
07/13/2024
 
Point of Contact
Ian Morris, PCO, Phone: 8015866815, Robert Lemnah, PM
 
E-Mail Address
ian.morris.5@us.af.mil, robert.lemnah.1.ctr@us.af.mil
(ian.morris.5@us.af.mil, robert.lemnah.1.ctr@us.af.mil)
 
Description
1. NOTICE: This is not a solicitation but rather a Sources Sought Synopsis (SSS) to determine potential sources for information and planning purposes only.� The United States Government (USG) does not intend to award a contract based on this notice or to otherwise pay for the information solicited. 1.1 The purpose of this SSS is to conduct market research to determine what responsible sources exist, to assist in the planning of a potential future sustainment contract. The proposed North American Industry Classification Systems (NAICS) Code is 334511, Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing and a Product Service Code of 5865, Electronic Countermeasures, Counter-Countermeasures and Quick Reaction Capability Equipment. The corresponding SBA Size Standard is 1,250 employees. The USG will use this information to determine the best acquisition strategy for this procurement. The USG is interested in all small businesses to include 8(a), Service-Disabled Veteran Owned, Hub-Zone, and Women-Owned small business concerns. The USG requests that interested parties respond to this notice if applicable and identify your small business status, if any, to the identified NAICS code. Additionally, please provide any anticipated teaming arrangements. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. 2. Program Details: The following information is provided to identify potential contractors who have the skills, experience, and knowledge required to successfully provide the described capability. AFLCMC/WAM F-16 System Program Office, Foreign Military Sales (FMS) Section, Hill AFB, UT is seeking information about potential sources interested and capable of providing the following services and supplies under a proposed Firm Fixed Price IDIQ (FFP) contract. The contract may include ordering periods. The planned contract efforts include 4 major elements plus OCONUS shipping for the Viper Shield EWS: Asset Repair and Return (Repair assets to serviceable condition and at a minimum, Preparation of assets for shipment OCONUS) Engineering and Technical Services in support of FMS Partners Diminishing Manufacturing Sources and Material Shortages tracking for Viper Shield Replenishment Spares asset purchase for FMS Partners Shipment or preparation of assets for shipment OCONUS Shipment of assets will include shipment OCONUS to FMS Partner Nations or the Handling and Preparation of the assets for shipment OCONUS. This includes all appropriate documentation for Customs inspections. 2.1 Interested firms having the capabilities necessary to meet or exceed all aspects required may submit the following information to the Primary POC via email. The acquisition strategy and scope of this requirement are still being finalized; therefore, questions from interested parties will not be responded to at this time.� 3. Transmittal Letter and Capability: A transmittal letter shall include: Name and address of the company. Cage Code List all NAICS codes your firm is registered under. List all company�s business size status. A point-of-contact to include phone number and e-mail address. Based on the scope, our firm would be interested in proposing on this project as a: _____Sole contractor _____Prime contractor (if small business) performing at least 50% of the work with subcontractor(s). _____Prime contractor (if small business) performing at least 50% of the work with the following team member subcontractor(s) (insert business name, business size, cage code, and work which will be subcontracted), or _____Joint venture with (insert business name, business size, and cage code).� (See FAR subpart 9.6 for government policy on teaming arrangements, as well as 8(a) Program regulations described in 13 CFR 124.513, HUB-Zone Program described in 13 CFR 126.616, and Service-Disabled Veteran-Owned Program regulations described in FAR 19.1403(c) and 13 CFR 125.15(b).). ____Other teaming agreement (please explain). Describe the capabilities relevant to the scope of this SSS: Ability to repair, provide engineering and technical support, identify DMSMS issues, provide replenishment spares and provide shipping of Viper Shield EWS assets to multiple OCONUS locations. Will the asset be produced by your firm, or will you be purchasing it from another firm? If purchased, provide that firm�s name and cage code. Lead time to shipment of the assets from time of contract award. Expected delivery frequency (number per month) Surge capabilities (if available) This SSS is for planning purposes only and is not to be construed as a commitment by the USG to pay for the information submitted in response to this request.� Respondents will not be notified of the results of the market analysis and debriefings will not be available. It is the reader�s responsibility to monitor the SAM.GOV website for any resultant or future solicitation package(s). 4. Response information: Do you have any other comments or suggestions that you would like to share with us?� Please e-mail responses to the Contracting Officer and Contract Specialist no later than 28 Jun 2024 (contact information below) Responses must include in subject line �Source Sought Synopsis: F-16 FMS Viper Shield Sustainment� This SSS is to be used in planning a future acquisition, please do not send any proposals. Request for proposals, if any when issued, will be available via the internet at www.SAM.gov. As such, it is the potential offeror�s responsibility to monitor these sites for the release of any additional information. All responses should be submitted electronically. Only electronic responses will be accepted. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. DISCLAIMER: THIS ANNOUNCEMENT IS NOT A NOTICE OF SOLICITATION ISSUANCE. THIS IS A SOURCES SOUGHT SYNOPSIS FOR PLANNING PURPOSES ONLY. This is a SSS only:� This SSS 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 SSS does not commit the USG to contract for any supply or service whatsoever. This is a source sought only, which, as part of market research, is being issued in accordance with (IAW) Federal Acquisition Regulation (FAR) subpart 15.201. The Air Force is not, at this time, seeking proposals and will not accept unsolicited proposals. Respondents are advised that the USG will not pay for any information or administrative costs incurred in responding to this SSS. All costs for any information associated with responding to this SSS will be solely at the expense of the interested party.� Contracting Office Address: 6072 Fir Ave., Bldg. 1233 Hill AFB, Utah 84056-8538 United States Place of Performance: Contractor facilities United States Primary Point of Contact: Ian Morris Contracting Officer ian.morris.5@us.af.mil (801) 586- 6815 Todd Westergard Contract Specialist todd.westergard@us.af.mil Program Manager: Robert Lemnah robert.lemnah.1.ctr@us.af.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/559b384b32994ca4abb19ed926ca63e6/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07080191-F 20240531/240529230100 (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.