SOURCES SOUGHT
R -- Sources Sought for MAINTENANCE AND FABRICATION OF EXPERIMENTAL PROCESSING AND TEST EQUIPMENT
- Notice Date
- 8/11/2009
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 1940 Allbrook DriveSuite 3Wright-Patterson AFB, OH
- ZIP Code
- 00000
- Solicitation Number
- FA8601F4FBBL9013A
- Response Due
- 8/14/2009
- Archive Date
- 9/11/2009
- Point of Contact
- Evone Bone, 937-522-4529<br />
- E-Mail Address
-
Evone.Bone@wpafb.af.mil;
(Evone.Bone@wpafb.af.mil;)
- Small Business Set-Aside
- N/A
- Description
- F4FBBL9013A001 This is a Sources Sought Synopsis; there is no solicitation available at this time. Requests for a solicitation will receive no response. This Sources Sought Synopsis is published for market research purposes only, to identify potential sources capable of planning, implementing and accomplishing maintenance and fabrication of experimental processing and test equipment. The requirement is located at Wright-Patterson AFB, Ohio. A draft Performance Work Statement is attached along with a draft base year and option year material/equipment list; this is only a draft and in no way should be construed as a request for proposal. The North American Industry Classification System (NAICS) code for this requirement is 541330 Engineering Services. This requirement is to provide personnel, equipment, tools, materials, supervision and other items and services to perform non-personal, on-site engineering support for the in-house research and development (R&D) programs of the Air Force Rese! arch Laboratory's Sensors and Materials Directorates at Wright-Patterson Air Force Base, OH 45433. In addition, the contractor will be required to provide the personnel for on-site support services to supplement the activities and programs at the AFRL facilities. LABOR CATEGORIES: See Appendix A Workload Estimate of the PWS. SERVICES REQUIRED: The technical support shall consist of preventive and remedial maintenance, inspection, modification, overhaul, fabrication, repair, calibration, certification and transport of experimental/test equipment, and laboratory instrumentation. Several of the facilities/equipment is experimental and one-of-a-kind. The contractor will be required to procure materials, sub-contracting consultants, equipment, computers, software, and/or machines. In response to this notice, offerors shall submit a capability statement consisting of the following: (a) Technical: Statements describing experience in the operations and management of a lar! ge (>3000 square feet) class 100 device fabrication laboratory or statements describing the offeror's plan to acquire this capability. References shall be included. (b) Financial: For this program, evidence of a sound credit rating to ensure that materials purchase capability will not be slowed or otherwise compromised. (c) Management: statements describing experience in purchasing under the government FARS and DFARS. Capability packages are not to exceed 25 pages. Technical and financial information is of primary concern, due to page limitation; advertising or marketing information is NOT appropriate. The responses to this synopsis will be used for a market survey analysis to determine if the contemplated acquisition will be conducted under full and open competition or as a set-aside under small business set-aside or 8(a) procedures. This sources sought synopsis is not a request for proposals; it is a market research tool being utilized to determine the availability and adequacy of potential sources prior to issuing a Request for Proposal ! (RFP). Any information submitted by respondents to this synopsis is strictly voluntary. The Government will not pay for any information that is submitted by respondents to this sources sought request. Contractors who believe they possess the required expertise and experience shall submit two copies of their technical capabilities in writing to Evone Bone, 88 CONS/PKA, 1940 Allbrook Drive, Suite 3, Wright-Patterson AFB, OH 45433-5309, or electronically to Evone.Bone@wpafb.af.mil. Voice communications are received at 937-522-4529. Personal visits to discuss this project will not be scheduled. Responses must be received not later than 2 p.m. on August 14, 2009. All documentation shall become the property of the Government. Firms responding must indicate the following information: Eligibility to the 8(a) program. Indicate the business size: small business or small disadvantaged business, veteran owned small business or HUBZone certified, and indicate the appropriate NAICS code!. This synopsis neither constitutes a Request for Proposal, nor does it restrict the Government to a particular acquisition approach. This synopsis should not be construed as commitment by the Government for any purpose other than market research. For more information on "Sources Sought for MAINTENANCE AND FABRICATION OF EXPERIMENTAL PROCESSING AND TEST EQUIPMENT", please refer to:https://pixs.wpafb.af.mil/pixs_solicitation.asp?id=6224
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8601F4FBBL9013A/listing.html)
- Record
- SN01907563-W 20090813/090812001229-e29d48f8a525fec2221d9ff73fcabbeb (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |