SPECIAL NOTICE
A -- RDIF Industry Day - Original Sources Sought Synopsis, posted 2 Apr 12
- Notice Date
- 7/2/2012
- Notice Type
- Special Notice
- NAICS
- 336411
— Aircraft Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218
- ZIP Code
- 45433-7218
- Solicitation Number
- FA8629-12-R-2434
- Archive Date
- 8/2/2012
- Point of Contact
- Richard T. Saltsman, Phone: 9372558574, Molly F. James, Phone: 9372556508
- E-Mail Address
-
richard.saltsman@wpafb.af.mil, molly.james@wpafb.af.mil
(richard.saltsman@wpafb.af.mil, molly.james@wpafb.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Attached is the original sources sought synopsis posted on 2 Apr 12 under the keyword/solicitation# FA8629-12-R-2434 RAPID DEVELOPMENT INTEGRATION FACILITY (RDIF) INDUSTRY DAYS/SOURCES SOUGHT NOTICE (SSN) The Air Force intends to conduct Industry Days to discuss the RDIF. The Air Force is gathering additional information in support of market research. Based on the information received from the original sources sought notice, in accordance with FAR 19.502-2(b), this requirement is a total small business set aside. PURPOSE: Reference original notice FA8629-11-R-2434, posted 2 April 2012 (see attached). The Air Force will conduct Industry Days to discuss the RDIF's requirements outlined in this notice. The purpose of this Industry Day is (1) to further engage industry in the effort in an interactive way to gather additional information to support on-going market research and (2) to identify small business sources that can provide capability that satisfies the Government's current requirements to rapidly deliver capability to the field. EVENT DETAILS: Location: The meeting will take place at Wright Patterson AFB (WPAFB), Ohio on 31 July - 1 August 2012 at the RDIF's facility located in Area A, 5200 Skeel Ave, Bldg 148, WPAFB, OH 45433. The RDIF's facility does not have air conditioning. Business casual attire is recommended for the event. Industry participation is limited to small business prime contractors and small business teaming or joint venture partners with a maximum of 4 per contractor/team. A tour of the RDIF's facility will be given and an open session for questions will be held. In addition, time will be set aside for one-on-one meetings with Government representatives for each company/team to discuss its capability to meet the requirements. Visitor Request: Individuals attending that do not have a Government issued Common Access Card (CAC) must obtain a visitor pass from the WPAFB Pass & Registration Office, Area A, Building 268. In order to be issued a visitor pass, you must provide the full legal name of the person(s) in need of a pass. Notification of attendance is required NO LATER THAN 1400 EST, 11 July 2012, submitted by e-mail to Molly James at molly.james@wpafb.af.mil AND Richard Saltsman at richard.saltsman@wpafb.af.mil. Please provide the names and titles of no more than 4 individuals who will be attending and include company name, citizenship, address, business size, and cage code (if applicable). Also indicate which individual(s) need a visitor pass to gain on-base access. Each company will be allotted up to 30 minutes for the one-on-one session with the Government. Briefing times will be scheduled on a first come, first serve basis and will be assigned via e-mail. You will be notified of the industry day agenda, to include your briefing date and time, not later than 1700 EST, 13 July 2012. Contractors who have specific questions they wish to discuss may submit them in advance to the contacts identified above. Note: If an individual needs a visitor pass and this information is not provided along with the notice of attendance, on base access will not be provided for the industry day. Participation in this Industry Day is voluntary and in no way obligates the Government to award any contracts or pay any costs associated with such participation. INDUSTRY DAY RESPONSE GUIDANCE: For the one-on-one session, provide an unclassified briefing no longer than 30 minutes in length to address the company or teaming venture's capability to meet the RDIF's requirements as outlined in the original SSN. The briefing shall be sent via email to Molly James at molly.james@wpafb.af.mil AND Richard Saltsman at richard.saltsman@wpafb.af.mil. If the file is larger than 1MB, the file cannot be emailed and must be sent on a CD to Ms. Kristy L. Roberts, ASC/WISK 1895 5th Street, Bldg 46, Wright Patterson AFB, OH 45433-7200. NO ZIP FILES WILL BE ACCEPTED. All briefings must be received no later than 1600 EST, 27 July 2012. SOURCES SOUGHT RESPONSE GUIDANCE: If you did not respond to the original SSN, you may do so now under separate cover (not part of the one-on-one briefing). If you responded previously and have changes to your original submittal, italicize new information and strike through replaced information. If you plan to attend industry day, please bring your response along with you for delivery. If you do not plan to attend industry day, responses shall be sent to the attention of Ms. Kristy L. Roberts, ASC/WISK 1895 5th Street, Bldg 46, Wright Patterson AFB, OH 45433-7200 and received not later than 1600 EST, 31 July 2012. Follow the response guidance and instructions in the original notice listed below: Provide documentation that supports your company's ability to support the RDIF. Failure to provide adequate documentation will inhibit the Government's assessment of your capabilities. If your company lacks sufficient capability, please provide details explaining how the company would overcome the shortfall in order to perform. Only small businesses should respond to this sources sought notice. Joint ventures or teaming arrangement comprised of small businesses are permissible. Please provide the following business information for your company, institution, or any teaming or joint venture partners: company name; address; point of contact; CAGE code; telephone number; email address; web page URL; size of business pursuant to the North American Industrial Classification System (NAICS) code; based on the above NAICS coded, state whether your company is a Small Business, Woman-Owned Small Business, Small Disadvantaged Business, 8(a) Certified, HUBZone Certified, Veteran-Owned Small Business, Service Disabled Small Business, and Central Contractor Registration. Also include a statement indicating whether the company is domestically or foreign owned. If foreign owned, please indicate the country of ownership. Finally, interested parties should submit information regarding possible subcontracting opportunities, preferred contract type, type of supplies/services offered (i.e., commercial and/or non-commercial), and examples of contracts held for similar efforts, including contract number and contracting point of contact. General capabilities and concepts should be submitted on CD-R in an electronic format that is compatible with Microsoft Windows and Office 2007. The CD cover label shall be marked "Proprietary/Competition Sensitive Information." Also two paper copies of the response shall be submitted, unbounded in three-ring binders and must be clearly labeled "Proprietary /Competition Sensitive Information" on cover sheets and in close proximity to this type of information on each applicable page. Proprietary/competition sensitive information will be protected from disclosure. The paper copies and the electronic versions must be identical in all respects. Page size shall be 8.5 x 11 inches, not including foldouts. Pages shall be single-spaced. The font type shall be Time New Roman or Arial, and font size shall be no less than 12 point. Use, at a minimum, 1-inch margin. No classified information shall be included in company submittals. Please limit response to 40 pages or less. This Industry Day/SSN is part of ongoing Government conducted market research for planning purposes. It is NOT a solicitation. This is NOT an Invitation for Bid (IFB) or a Request for Proposal (RFP). The Government does NOT intend to award a contract on the basis of this notice. The Government will NOT provide reimbursement for costs associated with this request. Responses will be treated as information only and will not be used as a proposal. The submitted documentation, upon delivery, becomes the property of the U.S. Government and will not be returned. Such information will be reviewed by a team comprised of Government as well as contractor personnel hired to provide technical assistance for the Government's preparation of an acquisition strategy. All members of the team will be reminded of their obligation to protect such information to the maximum extent required. All contractor members are required to protect the information by the terms of their contracts. The Government has also determined that the contractor personnel have no organizational conflicts of interest that could adversely affect protection of the information. The Government reserves the right to not reply to information received. The information respondents submit may be used to develop an acquisition strategy. The information in this notice is preliminary and may be updated or changed prior to any formal release of an RFP.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8629-12-R-2434/listing.html)
- Place of Performance
- Address: RDIF's facility at Wright-Patterson AFB, OH, Area A, 5200 Skeel Ave, Bldg 148, WPAFB, OH 45433., WPAFB, Ohio, 45433, United States
- Zip Code: 45433
- Zip Code: 45433
- Record
- SN02791756-W 20120704/120702234716-9699ec750f93fcd22e07c6e443f6a56f (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 |