Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 06, 2010 FBO #3269
SOURCES SOUGHT

16 -- REQUEST FOR INFORMATION INFLATABLE ACFT SHELTERS - DRAFT Statement of Objectives RFI

Notice Date
11/4/2010
 
Notice Type
Sources Sought
 
NAICS
314912 — Canvas and Related Product Mills
 
Contracting Office
Department of the Air Force, Air Combat Command, AMIC CONTRACTING OFFICE, 11817 CANON BLVD, Suite 306, Newport News, Virginia, 23606-4516, United States
 
ZIP Code
23606-4516
 
Solicitation Number
RFI-ACCA4-IAMS-2010
 
Archive Date
11/30/2010
 
Point of Contact
Karin Walls, Phone: 757-225-7723
 
E-Mail Address
karin.walls@langley.af.mil
(karin.walls@langley.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The atteched document is a proposed/draft statement of objectives for industry comment for this RFI REQUEST FOR INFORMATION *ONLY*- INFLATABLE SHELTERS FOR AIRCRAFT MAINTENANCE The Air Combat Command acquisition Management and Integration Center, (ACC AMIC), Langley AFB VA, is seeking information concerning the availability of capable contractors to provide inflatable shelters for aircraft maintenance on the US Air Force F-15, B-1 and B-52 aircraft in accordance with the attached draft copy of the Statement of Objectives (SOO). This Request for Information (RFI)/Sources Sought Notice is issued for informational and planning purposes only. This is NOT a Request for Proposal (RFP). It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. AMIC is currently conducting market research to locate qualified, experience, and interested potential sources. The information requested by the RFI will be used within the Air Force to facilitate decision making and will not be disclosed outside the agency. Should a future requirement evolve from this preliminary planning process, it is anticipated the contract type will be a firm-fixed price type contract. The period of performance/delivery schedule will be 6 months from the date of any such award. For the purposes of the RFI, the North American Industry Classification System (NAICS) code is 314912, Canvas and Related Product Mills, and the small business size standard is 500 employees. If your firm is interested and capable of providing the requirements described in this RFI and the attached Draft SOO, please provide a Capability Statement to Ms. Karin Walls through email at karin.walls@langley.af.mil by 15 Nov 10 @ 4:00 pm (EST). The Capability Statement should include general information and technical background describing your firm's experience in contracts requiring similar efforts to meet the objectives described in the attached SOO. The following information is also requested from each interested vendor: (1) Company Cage Code, DUNS, Company Name, Address, Point of Contract (telephone and email address) (2) Approximate annual gross revenue (3) Any small business size status information, i.e., 8(a), HUB zone, Veteran-owned, SDVOSB, women-owned, etc. (4) indicate if you role in the performance of the requirement would be as (a) Prime Contractor, (b) Subcontractor, or (c) Other; additionally you must describe: (5) If you indicated your role as "PRIME" on item 4, indicate the functions for which you plan to use subcontractors (6) If you indicated your role as "PRIME" on item 4, please provide brief information you feel would indicate your capability to mobilize, manage and finance a large contract such as this effort (7) If you indicated your role will be a "SUBCONTRACTOR" on item 4, please indicate which functional areas you intend to cover and, if known who the "Prime" contractor is (8) Indicate if your company primarily does business in the commercial or Government sector (9) Please describe any commercial-sector contracts you have performed for similar services (if applicable) (10) Please indicate which NAICs code(s) your company usually performs under for Government contracts and which NAICs code you propose for this objective. (11) Provide statement on commercial "off-the-shelf" availability for the items in the SOO or whether the requirement will be commercially modified item or developmental item. (12) Vendor training on site will be required to operationally deploy these maintenance shelters, therefore, please provide statement of capability to provide operator training at the three locations in the SOO. The government plans to use the Internet and email as the primary means of disseminating and exchanging information for this RFI. Hard copies of the documents posted on FBO will not be made available.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/AACCONS/RFI-ACCA4-IAMS-2010/listing.html)
 
Place of Performance
Address: Multiple Locations, see description above, Langley AFB, Virginia, 23602, United States
Zip Code: 23602
 
Record
SN02322916-W 20101106/101104234520-e78e56ff831fd2183fc7772ec1f2c76e (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 |
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.