SOURCES SOUGHT
99 -- AWACS Warehouse Support - RFI AWACS Warehouse Support
- Notice Date
- 12/10/2013
- Notice Type
- Sources Sought
- NAICS
- 493110
— General Warehousing and Storage
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFLCMC - Hanscom, 9 Eglin Street, Hanscom AFB, Massachusetts, 01731, United States
- ZIP Code
- 01731
- Solicitation Number
- R2362
- Archive Date
- 1/24/2014
- Point of Contact
- Richard Halloran, Phone: 781-225-4504
- E-Mail Address
-
richard.halloran@hanscom.af.mil
(richard.halloran@hanscom.af.mil)
- Small Business Set-Aside
- N/A
- Description
- RFI AWACS Warehouse Support Request for Information 1.0 Description The Airborne Warning and Control System (AWACS) in support of the AFLCMC/HBSB office is seeking information from an interested contractor to provide warehouse support as described in Section 2, for the AWACS Block 40/45 modification installation. This is a request for Information (RFI) as defined in FAR 15.201(e). This RFI is issued for the purpose of conducting market research. Respondents to this RFI should provide information on how they would conduct warehouse management. 2.0 Description of Requirements Warehouse support will be required Monday through Friday from 0700-1700. The parts being stored/managed are those AWACS Block 40/45 upgrade parts accepted by the Government from the prime contractor. The Government anticipates approximately 61 sets of parts to support 15 aircraft will be managed on a revolving basis. Upon acceptance of shipset parts, the Government will sign over the parts to the contractor via DD1149 and the contractor shall manage parts in the Government provided warehouse facility until requested transfer from the Government Installation Entity (GIE). 2.1 The contractor shall utilize Government Furnished Facilities at Tinker AFB, provided for the receipt, storage, and dispersal of all shipset parts and spares necessary for all FRP Block 40/45 aircraft upgrades for parts accepted by the Government and not immediately required for aircraft modification. 2.2 The contractor shall notify the Government, via contracts letter, of any changes that may be required to Government Furnished Facilities to accommodate management of all shipsets and spares through the duration of the contract and only make changes when authorized by the Government. 2.3 The contractor shall provide warehouse support for one shift, 5-day week. 2.4 The contractor shall manage and maintain accepted parts awaiting installation until required for installation by the Government. 2.5 The contractor shall maintain control, monitoring, and process capability to ensure COTS items requiring life limit management such as Periodic Maintenance Inspection (PMI) items, shelf life items, parts requiring functional test and certification, are inspected, tested and re-certified (or disposed of) at their required intervals. 2.6 For items having shelf life limitations, the contractor shall also manage for maximum allowable age or shelf life limitations as specified by the supplier or manufacturer, and any temperature, humidity, or other unique storage conditions. Examples of maintenance are battery charging and applying power for a period of time on specified hardware. 2.7 The contractor shall pick parts for "set of parts" (SOP) delivery. This shall include creating an SOP tracking and shortage matrix and building the pick package based on the drawings provided by the Government. 3.0 Responses 3.1 Respondents to this RFI should provide capability statements as qualified prospective vendors capable of providing the services that support all of the aforementioned objectives. The total number of pages for responses shall not exceed five (5) 8.5x11 inch, single spaces, single sided pages in length. Please send responses to this RFI electronically to the Contracting Officer, Mr. Richard Halloran, at Richard.halloran@hanscom.af.mil within thirty (30) days after publication of this announcement. Please submit all questions, in reference to this RFI, in writing via email to Richard.halloran@hanscom.af.mil. 3.2 If respondent's information contains proprietary data, please clearly mark as such, and restricted or proprietary data will be handled accordingly. If any respondent does not currently have a Proprietary Information Agreement (PIA) that would permit the AWACS support contractor listed below to review and evaluate the documents submitted in response to this RFI, the respondent should request a PIA from the Contracting Officer to execute with Quantech Services for this purpose. Contact the Contracting Officer listed above for more information. The following is a list of support contractors who will review the responses. Contractor: Quantech Services 3.3 Respondents shall provide the following business information: Company Name: • Address: • Point of Contact: • CAGE Code: • Phone Number: • E-mail Address: • Web Page URL: • North American Industry Classification System (NAICS) Code: • State whether your company is: - Small Business* (Yes / No) - Woman Owned Small Business (Yes / No) - Small Disadvantaged Business(Yes / No) - 8(a) Certified (Yes / No) - HUBZone Certified (Yes / No) - Veteran Owned Small Business(Yes / No) - Service Disabled Veteran Owned Small Business (Yes / No) • Central Contractor Registration (CCR) (Yes / No) (*) If you answered yes, please explain whether your company would be capable of meeting the requirements of FAR 52.219-14, Limitations on Subcontracting. 4.0 Summary This RFI does not constitute an Invitation for Bids (IFB), Request for Proposal, Request for Quote (RFQ), nor does this issuance restrict the Government's acquisition approach. Any information received is considered market research and may be utilized by the Air Force in developing its acquisition strategy. This market research will be used to assess the availability and adequacy of potential sources. The Government will not respond or conduct formal or informal briefings to vendors or respondents to this RFI. The Government does not reimburse respondents for any costs associated with submission of information being requested/received, nor reimburse expenses incurred to interested parties for responses to this RFI. THIS RFI IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES AND DOES NOT CONSTITUTE A SOLICITATION. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS RFI, AND RESPONSES TO THIS NOTICE ARE NOT OFFERS AND CANNTO BE ACCEPTED BY THE GOVERNMENT TO FORM A BINDING CONTRACT. RESPONSES TO THIS RFI WILL NOT BE RETURNED.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ESC/R2362/listing.html)
- Place of Performance
- Address: Tinker AFB, OK., Tinker AFB, Oklahoma, United States
- Record
- SN03248782-W 20131212/131210234116-75ffea72cc6e03883e5031aee60bf195 (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 |