Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 18, 2023 SAM #7753
SOURCES SOUGHT

R -- United States Reprogramming Lab (USRL) Sustainment Services IDIQ

Notice Date
2/16/2023 6:31:35 AM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
FA2487 AFTC PZIE EGLIN AFB FL 32542-6886 USA
 
ZIP Code
32542-6886
 
Solicitation Number
FA2487-23-R-A005
 
Response Due
3/9/2023 9:00:00 AM
 
Archive Date
03/10/2023
 
Point of Contact
Logan Deming, Phone: 8505821307
 
E-Mail Address
logan.deming@us.af.mil
(logan.deming@us.af.mil)
 
Description
SYNOPSIS:� The Department of Defense, United States Air Force (USAF), Air Force Test Center (AFTC), Specialized Contracting Branch (PZZD) at Eglin AFB is currently conducting market research seeking capabilities statement from potential sources, including small businesses (SB), 8(a), HUBZone, Economically Disadvantaged Woman-Owned (EDWOSB), Woman-Owned (WOSB), Small Disadvantaged (SD), Veteran Owned (VO) and Service Disabled Veteran Owned (SDVOSB) small businesses that are capable of the requirement listed below. DESCRIPTION: �The 513th Electronic Warfare Squadron is seeking alternative sources for non-personnel services to provide labor, materials, equipment, repair and repair parts, maintenance, modification, training, and on-site and telephone technical support services, and documentation for the Communication, Navigation, and Identification (CNI) Function Stimulator (CFS) in support of the 513 EWS.� The requirements must be met or exceeded for the United States Reprogramming Lab (USRL) Sustainment Services IDIQ Performance Work Statement, dated 6 Jan 2023. Comments and answers to the questions on the requirements are being sought from interested qualified vendors for the purposes of clarification of the government's requirements.� Request interested parties to provide input and supporting documents as to the commerciality of the requirement including previous commercial sales examples and customers. Offerors shall e-mail if interested in obtaining a copy of Performance Work Statement dated 6 Jan 2023. All interested vendors should submit a response demonstrating their capabilities to meet the requirements to the POC listed below.� Proposals are not being requested or accepted at this time.� As stipulated in FAR 15.201(e), responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract.� No solicitation (Request for Proposal) exists at this time; therefore, do not request a copy of the solicitation.� The decision to solicit for a contract shall be solely within the Government�s discretion. The NAICS Code assigned to this acquisition is 541330, Engineering Services Military and Aerospace Equipment and Military Weapons (Exception 1), with a size standard of $47,000,000. Respondents should indicate their size in relation to this size standard and indicate socio-economic status (i.e. SB, 8(a), HUBZone, EDWOSB, WOSB, SDB, VOSB or SDVOSB).� Respondents are further requested to indicate their status as a Foreign-owned/Foreign-controlled firm and any contemplated use of foreign national employees on this effort.� Only U.S. owned companies and foreign owned companies with U.S. subsidiaries shall be permitted to participate.� The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent action.� All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract.� No set-aside decision has been made.� Any information submitted by respondents to this request for information is voluntary.� This request for information notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any government assessments. The Government�s assessment of the responses received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small business, or any particular small business program.� CAPABILITIES STATEMENT:� All interested U.S. vendors shall submit a response that explicitly demonstrates their capability to provide/perform the requirement stated in this notice.� The response should be brief and concise, yet clearly demonstrate an ability to meet the stated requirement.� The response must not exceed twenty-five (25) pages, 8.5� x 11� paper, 12 pitch, Times New Roman font, with a minimum of one (1) inch margins all around.�� Responses should include the company name, CAGE code, point of contact, address, and phone number.� Small businesses with only partial capabilities of this requirement are encouraged to submit their response demonstrating the portion of the requirement they are capable of providing/performing.� This information will allow the Government to identify areas of possible breakout or possible subcontracting opportunities. Responses may be submitted electronically to the following e-mail address: logan.deming@us.af.mil.� All correspondence sent via email shall contain a subject line that reads �United States Reprogramming Lab (USRL) Sustaining Engineering Services (SES) Support Indefinite Delivery Indefinite Quantity (IDIQ) Contract.� If this subject line is not included, the e-mail may not get through e-mail filters at Eglin AFB.� Filters are designed to delete emails without a subject or with a suspicious subject or attachment.� Attachments with files ending in .zip or .exe are not allowable and will be deleted.� Ensure only .pdf, .doc, .docx, .xsls, or .xls documents are attached to your email.� All other attachments may be deleted.� Package sizes greater than 5 megabytes shall be submitted via the DoD Safe File Exchange, located at https://safe.apps.mil/. All responsible sources may submit information that shall be considered by the agency.� If late information is received, it may be considered, depending on agency time constraints.� All routine communications regarding the announcement should be directed to the contractual point of contact listed in this posting.� The Government may or may not use any responses to this request for information as a basis for a subsequent project/requirement.� Any project/requirement developed from the request for information responses may be the subject of a subsequent acquisition; any such subsequent acquisition will be posted in sam.gov separately.� Responses to this request for information will not be returned.� The Government is under no obligation to acknowledge receipt of the information received, or provide feedback to the respondents with respect to any of the information submitted under this request for information.� No requests for a bid package or solicitation will be accepted; a bid package or solicitation does not exist at this time.� In order to protect the integrity of any possible future acquisition, no additional information will be provided and no appointments for presentations will be made in reference to this request for information. Only government employees will review submitted responses to this request for information.� Respondents are advised that employees of commercial firms under contract with the Government may be used to administratively process submissions and perform other administrative duties requiring access to other contractor�s proprietary information.� These administrative support contractors include nondisclosure agreements prohibiting their contractor employees from disclosing any information submitted by other contractors or using such information for any purpose other than that for which it was furnished. RESPONSES ARE DUE NO LATER THAN 12:00 P.M. Central Time on 9 Mar 2023.� Direct all questions concerning this requirement to the POC Logan Deming, Contracting Specialist at logan.deming@us.af.mil.� Questions are due NLT 12:00 P.M. Central Time on 28 February 2023.� Attachments: N/A
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/5dc53580758741dc8e8d0da39b6429a1/view)
 
Place of Performance
Address: Eglin AFB, FL 32542, USA
Zip Code: 32542
Country: USA
 
Record
SN06594563-F 20230218/230216230119 (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.