SOURCES SOUGHT
J -- "Fabrication/Installation of Sound Proof Quilted Blankets & Installation of Anti-skid" - C5M Fleet Capability Check List
- Notice Date
- 10/3/2012
- Notice Type
- Sources Sought
- NAICS
- 314999
— All Other Miscellaneous Textile Product Mills
- Contracting Office
- Department of the Air Force, Air Mobility Command, AMC Specialized Contracting, 507 Symington Drive, Room W202, Scott AFB, Illinois, 62225-5022, United States
- ZIP Code
- 62225-5022
- Solicitation Number
- C_5M_Fleet_Restoration
- Point of Contact
- Leonard L Johnson, Phone: 618 256 0049, Karen M Kinzel, Phone: 618 256 9965
- E-Mail Address
-
leonard.johnson-02@scott.af.mil, karen.kinzel@us.af.mil
(leonard.johnson-02@scott.af.mil, karen.kinzel@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Interested vendors should utilize this document to indicate ability to perform required tasks. 1. Introduction The Air Mobility Command is conducting market research to determine qualified, experienced, and interested potential sources. Part of the market research is to publish on FedBizOpps a Request for Information (RFI) seeking market information on businesses capable of providing the services. The information requested by this RFI will be used within the Air Force to facilitate decision-making and will not be disclosed outside the agency. Firms choosing to respond to this RFI are cautioned that THIS SYNOPSIS/RFI IS NOT A REQUEST FOR PROPOSAL. This RFI is a market research tool used to determine the capability of eligible business sources prior to determining the acquisition strategy and issuance of a request for proposal. The Government is not obligated to and shall not pay for any information received from any sources responding to this synopsis and will not provide any feedback or carry on discussions with non-federal government activities regarding the information you provided in response to this RFI. Responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract. A brief description of the requirement is as follows: Air Mobility Command (AMC) is supporting a requirement to continue uninterrupted C-5M restorations. The restorations are required to standardize approximately 45 restored C-5M aircraft over a five year period. This requirement will provide restorations to the C-5M flight deck, cargo compartment, and troop compartment. Restorations will include the replacement of anti-skid tape and the manufacture and installation of interior insulation soundproof blankets, environmental duct insulation, and other items throughout the aircraft interior. Work will primarily be performed at Stewart ANGB. Please keep in mind that this is a general description of the scope of work that could be required and does not define the final requirement. 2. Requested Information I. The attached Capability Check List and a document briefly stating the company's capabilities, including, at a minimum, the following: a. Name, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, and e-mail of designated point of contact. b. Company information (include CAGE Code and DUNS) c. Anticipated Teaming Arrangements (highly encouraged if necessary) d. Typical terms and conditions for this type of work e. Identify Major Risks: general information to identify any major risks anticipated and/or associated with this type of effort (i.e., lead time, travel, etc.). II. Optional - Non-binding Rough Order of Magnitude (ROM) 3. Set Aside This sources sought will be used in determining whether to set aside the requirement for small businesses or solicit full and open.The North American Industry Classification System (NAICS) code is 314999, All Other Miscellaneous Textile Product Mills. This U.S. industry comprises establishments primarily engaged in manufacturing textile products (except carpets and rugs; curtains and linens; textile bags and canvas products; rope, cordage, and twine; and tire cords and tire fabrics) from purchased materials. The small business size standard is 500 employees. All interested and qualified sources (large and small) should notify this office by electronic mail or facsimile. 4. Responses Responses shall be written using Microsoft Word and limited to 10 pages; e-mail to Mr. Leonard Johnson, Contract Specialist, Leonard.Johnson.13@us.af.mil. 5. Industry Discussions Air Force representatives may or may not choose to meet with potential offerors. Such discussions would only be intended to get further clarification of potential capability to meet the requirements. 6. Questions Questions regarding this notice shall be submitted in writing by e-mail to Mr. Leonard Johnson, Contract Specialist, leonard.johnson.13@us.af.mil. Verbal questions will NOT be accepted. Questions will be answered by posting answers as an attachment entitled Questions and Answers to this notice; accordingly, questions shall NOT contain proprietary or classified information. The Government will answer all questions received by 30 Nov 2012 4:30 PM CT. Any questions after this date will be accepted, but may not be posted. 7. Summary THIS IS A REQUEST FOR INFORMATION (RFI) ONLY, and is being used an instrument to identify sources that can provide C-5M restoration services. The information provided in the RFI is subject to change and is not binding on the Government. The Air Force has not made a commitment to procure any of the items discussed, and the government will not pay for any information or administrative cost incurred in response to this sources sought. All cost associated with this sources sought will be solely at the expense of the respondents. Additionally, all submissions become government property and will not be returned. No basis for a claim against the Government shall arise as a result from a response to this sources sought. The information requested by this RFI will be used within the Air Force to facilitate decision-making and will not be disclosed outside the agency.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/AMCLGCF/C_5M_Fleet_Restoration /listing.html)
- Place of Performance
- Address: Stewart ANGB, Newburgh, NY, United States
- Record
- SN02907325-W 20121005/121003234206-82905138064dec1dc9de947757c34029 (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 |