Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 06, 2024 SAM #8227
SOURCES SOUGHT

59 -- NC3 Equipment Transfer

Notice Date
6/4/2024 11:46:34 AM
 
Notice Type
Sources Sought
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
FA2299 AFNWC/PZHW HANSCOM AFB MA 01731-1801 USA
 
ZIP Code
01731-1801
 
Solicitation Number
NC3_Equip_SS
 
Response Due
6/20/2024 2:00:00 PM
 
Archive Date
07/05/2024
 
Point of Contact
Liz Poole, Shawn Walles
 
E-Mail Address
elizabeth.poole.2@us.af.mil, shawn.walles@us.af.mil
(elizabeth.poole.2@us.af.mil, shawn.walles@us.af.mil)
 
Description
NC3 MMP terminals, and all associated equipment outlined in the Performance Work Statement (PWS), available upon request, have been identified for removal, packaging, shipment, and storage are currently installed at the following Minuteman III locations: (1) Vandenburg Space Force Base CA (VSFB) (2) F.E. Warren AFB, WY (FEW) (1) Hill AFB, UT (Hill) The NC3 MMP terminal and all associated equipment need to be refurbished and reinstalled at the following Sentinel locations: (1) Hill (3) FEW This is a Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement. The Air Force Materiel Command (AFMC), Air Force Nuclear Weapons Center (AFNWC), Integration Directorate, AFNWC/NC is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the requirements listed below: Contractors will be primarily responsible for the transfer of MMP terminals and all associated NC3 equipment identified in the PWS. Contractors will need to remove these items from the Minuteman III LCCs and then be responsible for the safe packaging, shipping, storage, refurbishment, and reinstallation of all identified equipment at new Sentinel locations. The requirement is to provide completely operational MMP Terminals, to include running new MMP cabling, AEHF and VLF antennas installation, shelters, and associated equipment at the new Sentinel locations. The requirements of this effort are associated with major systems with highly specialized, complex equipment, and will require specialized expertise and services along with coordination with the Original Equipment Manufacturers (OEMs), as necessary, on equipment in need of refurbishing. Interested sources must have extensive system knowledge, experience, and expertise in construction and structural engineering. Interested sources must be registered in the System for Award Management database located at www.sam.gov.� Once registered, interested sources can request the above specifications in writing.� Email the following information to elizabeth.poole.2@us.af.mil: Name Title Company name and address DUNS and CAGE numbers Business Size Status E-mail address All interested sources shall provide a company brochure or list of capabilities, product literature, organization name, address, a point of contact, phone number, fax number, e-mail address, business size, taxpayer identification number, DUNS number, and CAGE Code. THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the Government assumes no financial responsibility for any costs incurred. If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, website address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. The Government will evaluate market information to ascertain potential market capacity to 1) provide services consistent in scope and scale with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance-based service acquisition contract. Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought Notice by June 20, 2024, 5:00 PM eastern standard time. All responses under this Sources Sought Notice must be emailed to Liz Poole (elizabeth.poole.2@us.af.mil) � If you have any questions concerning this opportunity, please contact: Liz Poole via email (elizabeth.poole.2@us.af.mil).
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/42e4bea5e43946349c13bbc8bfb00c91/view)
 
Place of Performance
Address: FE Warren AFB, WY, USA
Country: USA
 
Record
SN07086237-F 20240606/240604230123 (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.