Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 25, 2013 FBO #4414
SOURCES SOUGHT

J -- Repair and Service PRCA/ARI Test Consoles B503 - Draft PWS

Notice Date
12/23/2013
 
Notice Type
Sources Sought
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC / AFSC / AFNWC - HILL AFB, ., Hill AFB, Utah, 84056, United States
 
ZIP Code
84056
 
Solicitation Number
FA8224-14-PRCA_ARI
 
Archive Date
2/7/2014
 
Point of Contact
JOSEPH BARTHOLD, Phone: 8015867779, DENISE SAGEL, Phone: 8017774714
 
E-Mail Address
joseph.barthold.1@us.af.mil, denise.sagel@us.af.mil
(joseph.barthold.1@us.af.mil, denise.sagel@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Draft Performance Work Statement (PWS) PRCA_ARI Repair and Service of WesTest PRCA/ARI Test Consoles And Associated Support Equipment. Title: Repair and Service PRCA/ARI Test Consoles B503 AKA: FA8224-14-PRCA_ARI Sources Sought Synopsis/Request For Information NOTICE: This is not a solicitation but rather a Sources Sought Synopsis to determine potential sources for information and planning purposes only. The purpose of this Sources Sought is to conduct market research to determine if responsible sources exist, to assist in determining if this effort can be competitive and /or a total Small Business Set-Aside. The proposed North American Industry Classification Systems (NAICS) Code is 811219 Other Electronic and Precision Equipment Repair and Maintenance which has a corresponding Size standard of $19M. The Government will use this information to determine the best acquisition strategy for this procurement. The Government is interested in all small businesses to include 8(a), Service-Disabled Veteran Owned, Hubzone, and Women-Owned small business concerns. The government requests that interested parties respond to this notice if applicable and identify your small business status to the identified NAICS code. Additionally, please provide any anticipated teaming arrangements, along with a description of similar services offered to the Government and to commercial customers for the past three years. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. AGAIN: THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. The information in this notice is based on the best and most current information available to date. This information is subject to change and is not binding to the Government. Updated information will be provided in future announcements and posted electronically on the Federal Business Opportunities homepage at www.fbo.gov. The Government shall not reimburse the costs of preparing responses to this request for information. The Ogden Air Logistics Complex Contracting Directorate (AFMC), Hill Air Force Base (AFB), Utah intends to issue a formal Request for Purchase (RFP) in the near future for the acquisition of a Repair and Service PRCA/ARI Test Consoles B503. The required Repair and Service PRCA/ARI Test Consoles B503 is to be performed in Building 503. Attached is the DRAFT PERFORMANCE-BASED WORK STATEMENT (PWS) for the Repair and Service PRCA/ARI Test Consoles B503. For your information the Government will not support any request for the project's subject technical order (T.O.'s) and or drawings during this Sources Sought Synopsis. However, if and when the formal solicitation is posted the contractor/vendor may acquire a copy of the T.O.'s for this project if needed upon meeting the requirement. The Contractor/Vendor must provide a current DD Form 2345 (block 7 needs to be completed/approved by Joint certification office) and must comply with AFI61-204 (NOTICE TO ACCOMPANY THE DISSEMINATION OF EXPORT-CONTROLLED TECHNICAL DATA) and verify the DD Form 2345 through the Joint Certification Program http://www.dlis.dla.mil/JCP/ prior to any release of subject T.O.'s. The Government requests interested parties to submit a letter of interest, brief statement of current capability and responses to the attached Capabilities Questionnaire. The Government will use this information to determine the best acquisition strategy for this procurement. The Government is interested in large and small businesses to include 8(a), Service-Disabled Veteran-Owned, Hub-zone, and Women-Owned small business concerns. Please limit your submissions to ten pages. CONTRACTOR CAPABILITY QUESTIONNAIRE Repair and Service PRCA/ARI Test Consoles B503 Part I. Business Information: 1. Company/Institute Name: 2. Type of Business 3. Size of Business 4. CAGE Code: 5. Company Point of Contact a. Name b. Telephone # c. Email address 6. Physical Address: 7. Web Page URL: 8. Provide you company's North American Industry Classification System (NAICS) Code: a. If your company is a small business, a woman owned business; small disadvantaged business, 8(a) business, HUB Zone business, Serviced Disabled Veteran Owned Business, etc. Part II. Capability Survey Questions: 1. Provide your suggested NAICS code. 2. Are you anticipating your company to be a prime contractor or a subcontractor? 3. Are you anticipating a teaming arrangement? a. Any responses on teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. 4. Information about your company and why you think you can perform this service Part III. Financial Information: 1. Describe financing methods customarily provided by buyers in this industry (industry defined by the NAICS code or by providing this type of requirement). Note: the Air Force (AF) is not authorized to make advance payments (payments before costs are incurred or work is completed). 2. Describe need or importance of receiving buyer financing vs. seller financing. 3. Describe security seller could provide buyer in return for buyer financing. Part IV General Capability Questions: 1. Describe briefly the capabilities of your facility and the nature of the goods and/or services you provide. Include a description of your staff composition and management structure. 2. Describe your company's past experience on previous projects similar in complexity to this requirement. Include contract numbers, a brief description of the work performed, period of performance, agency/organization supported, and individual point of contact (Contracting Officer or Program Manager). 3. Describe your company's capabilities and experience in generating technical data, engineering drawings and manuals. Identify what software programs are utilized to generate these data products and what formats are available for delivered items. 4. Are there specific requirements in the documentation that we provide that would currently preclude your product from being a viable solution to our requirement? 5. Discuss any concerns you may have with our requirement or specification Part VI Hardware Production: 1. Describe your provision of same or similar requirements. Include quantities, customer, and date of delivery and period of performance. 2. Describe your capability and experiences in the manufacturing/fabrication of components. 3. What quality assurance processes and test qualification practices does your company employ? Please provide a description of your quality program (ISO 9000, QS-9000, EIA-599, or otherwise)? Part VII Commerciality Questions: 1. Do you consider the requirements to be commercial (see FAR 2 definitions)? 2. Are there established catalog or market prices for our requirement? If you offer this product and/or service to both U.S. Government and commercial sources, is the same workforce used for both the U.S. Government and general public? Is our requirement offered to both under similar terms and conditions? Briefly describe any differences. 3. Describe your standard warranty and return process for goods and services furnished to the government for items similar in nature to this requirement. Interested offerors should send a response to the sources sought inquiry and the questions listed above to the Contracting Officer. Responses should be submitted by 10:00 am MST on January 23, 2014. Email responses in PDF or Microsoft Word format are preferred to both the primary and alternate POC's listed below: Primary (Contracting Officer) AFMC AFSC OL:H/PZIMB JOSEPH BARTHOLD 6038 ASPEN AVE B1289 2nd Floor HILL AFB UT 84056-5805 TEL: (801) 586-7779 joseph.barthold.1@us.af.mil Alternate (AMSO) AFMC OO-ALC/OBC DENISE SAGEL 5851 F Avenue, Bldg. 849, Room C-12 HILL AFB UT 84056 TEL: (801) 777-4714 Email: denise.sagel@us.af.mil The information provided is for the Air Force's market research and is given understanding the AF has no obligation to pay for the information. The information may be used in developing a request for proposals (RFP) but does not obligate the AF to issue an RFP or contract. Any proprietary information submitted may be used as a general concept but specific information will be safeguarded as proprietary, if so marked.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FA8224-14-PRCA_ARI/listing.html)
 
Place of Performance
Address: Hill AFB, HILL AFB, Utah, 84056, United States
Zip Code: 84056
 
Record
SN03257184-W 20131225/131223234655-8c634c6fe4e1ac32f65252cc060cb6c9 (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.