SOURCES SOUGHT
R -- E-3 Sustaining Engineering Services
- Notice Date
- 12/21/2012
- Notice Type
- Sources Sought
- NAICS
- 336411
— Aircraft Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, Tinker OC-ALC - (Central Contracting), 3001 Staff Drive, Ste 1AG76A, Tinker AFB, Oklahoma, 73145-3015
- ZIP Code
- 73145-3015
- Solicitation Number
- FA8102-13-R-0003
- Archive Date
- 2/9/2013
- Point of Contact
- John W. Byrne, Phone: 4056227268, Juan "Carlos" Escobar, Phone: 4056227264
- E-Mail Address
-
John.Byrne@Tinker.af.mil, juan.escobar@tinker.af.mil
(John.Byrne@Tinker.af.mil, juan.escobar@tinker.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Synopsis for Sustaining Engineering Services REQUEST FOR INFORMATION: This announcement constitutes an official Request for Information (RFI). This is a request for information only, as defined in FAR 15.201(e). The purpose of this synopsis is to gain knowledge of interest for acquisition entitled E-3 Sustaining Engineering Services. This is not a Request for Proposal (RFP) or an Invitation for Bid (IFB), nor is it to be construed as a commitment by the government. Responses to this notice are not offers and cannot be accepted by the government to form a binding contract (see FAR 15.201(e)). This Market Research and RFI is for planning purposes only, and shall not be considered a RFP or IFB; an obligation from the U.S. Government to acquire any products or services; or an authorization to incur any cost in anticipation of such authorization. The government does not intend to reimburse respondents for information solicited. The information provided herein is subject to change and in no way binds the government to pursue any course of action described herein. The E-3 System Program Office, Tinker AFB, OK is contemplating a SOLE SOURCE contract; the proposed acquisition is directed to The Boeing Company pursuant to 10 USC 2304(c )(1), as implemented by FAR 6.302-1(a)(2)(ii). The work content cannot be performed by any source other than Boeing without substantial and unacceptable programmatic risk, duplicative cost, and schedule delays. Only Boeing, the incumbent contractor has the necessary engineering data, data rights, manufacturing, and software knowledge and expertise to perform and manage multiple major sub system developments, hardware/software programs and related integration activities without unacceptable delay to program schedules and unnecessary duplication of sunk development costs which cannot be recouped via competition. Boeing, as the current prime contractor for the Airborne Warning and Control Systems Modernization and Sustainment Support contract, is the only qualified source to perform this sustainment effort within cost and schedule constraints. Furthermore, Boeing is the only source with the institutional technical knowledge that is critical for managing and integrating the completion of the ongoing development of the E-3 System. Boeing is the only source with the engineering, manufacturing, data rights, software and fielding experience and expertise to conduct, manage and integrate the multiple major sub system developments, site design/build activities and related integration efforts without resulting in unacceptable program delays and enormous duplication of costs that could not be recovered through competition. Duplication of prior development costs is unaffordable and would not be recoverable through competition for these requirements. There would be substantial schedule delays and costs for the government to re-validate and qualify models and ensure the necessary capabilities, data, and expertise/knowledge have been successfully transferred to any new system prime contractor. This would require collaborative participation of the offeror, Boeing and the government and would require Boeing to provide proprietary data to a new contractor for use in the re-validation process. It is highly improbable that other sources are available to duplicate the work already accomplished by the incumbent, to meet the Government's critical schedule requirements and not disrupt current system operational capability. The proposed contract action is for work content for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. This notice of intent to award a sole source contract is not a request for competitive proposals. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. All responsible sources may submit a capability statement, as outlined above, which will be considered. This is NOT a formal notice of solicitation. Telephone or facsimile inquiries and/or responses will not be accepted. There is no solicitation package available at this time. All interested parties should send company and/or descriptive literature along with responses to the following questions and any comments or questions to John W. Byrne, e-mail: John.Byrne@tinker.af.mil. If you believe the government assumption of a Sole Source decision is incorrect and your firm possesses the technical capability, financial, facility, equipment and personnel resources, technical data/data rights, and relevant experience/past performance to perform the type of work specified above as a prime contractor, then the government requests you also submit all information stated below. If your anticipated participation will be that of a small business joint-venture, then you must identify each joint venture participant. If participation will be that of a newly formed small business joint venture, provide the information required by items 3 through 7 for each participant in the joint venture. 1. Company name and mailing address. 2. Point of contact (name, telephone number, and e-mail address). 3. Socio-economic status under the above stated NAICS (e.g., other than small business, small business, small disadvantaged business, woman-owned small business, veteran-owned small business, service disabled-veteran owned small business, etc.). 4. Current number of employees. 5. Identify the percentage of work that you, as a prime contractor, are capable of performing in each major technical function area (see above) for which you are capable. 6. Provide a brief summary of your company's experience and past performance within the past 3 years as a prime contractor as it relates to the magnitude of this anticipated requirement. Each experience provided (Government or commercial) shall include the following information: (a) name of project, (b) brief description of project, (c) contract or project number, (d) contract type, (e) client/customer point of contact (name, address, phone number, e-mail address), (f) dollar/ceiling value of the contract/project, (g) period of performance of the contract/project, (h) relevance of contract/project to requirements of this anticipated effort, (i) total number and magnitude of task orders (dollar value, duration, etc) awarded to you under the contract; and (j) total number (delineated by business size) of subcontractors/team members managed by you under the contract. 7. If you are a small business or joint venture of small businesses under the above NAICS, discuss how your firm will meet the requirements that at least 50% of the cost of contractor performance incurred for personnel shall be expended for employees of the small business prime contractor. Responses to this request shall be limited to 30 pages or less, excluding coversheets and/or table of contents, and must be received by 4:00 p.m., 25 January 2013. Responses must be submitted both electronically and in hardcopy format. Hardcopy submissions shall consist of one original and three copies, and shall be forwarded to AFLCMC/HBKKC ATTN: John W. Byrne 3001 Staff Drive, STE 2AI86A Tinker AFB OK 73145-3020 Electronic submission shall be sent to John.Byrne@tinker.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA8102-13-R-0003/listing.html)
- Place of Performance
- Address: Tinker Air Force Base, Tinker AFB, Oklahoma, 73145, United States
- Zip Code: 73145
- Zip Code: 73145
- Record
- SN02955143-W 20121223/121221235418-6edcea3856751745c7b78f821ddbdf29 (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 |