SOURCES SOUGHT
36 -- EHSV ISA Hydraulic Test Stand (F-16) - Draft Purchase Specification
- Notice Date
- 1/2/2014
- Notice Type
- Sources Sought
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- 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-R-ISATS
- Archive Date
- 2/18/2014
- Point of Contact
- Evan C. Porter, Phone: 801-775-5306, Richard A. Salazar, Phone: 8015865548
- E-Mail Address
-
evan.porter.1@us.af.mil, richard.salazar@us.af.mil
(evan.porter.1@us.af.mil, richard.salazar@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a draft of the purchase specification. 1. NOTICE: This is not a solicitation but rather a Sources Sought Synopsis to determine potential sources for information and planning purposes only. The Government will not pay for the information requested herein. Only non-classified information shall be provided in your response. Copies of the submitted information may be reproduced for Government review. 1.1 PURPOSE: 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 334519 which has a corresponding Size standard of 500. 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. 2. PROGRAM DETAILS: Provide all management, tools, supplies, equipment, and labor necessary to design, build, test, deliver, and install three (3) Automatic Hydraulic Test Stands to test the Integrated Servo Actuator for the F-16 Flight Controls (EHSV ISA Test Stand). Provide associated technical data, software, tooling, material, and training for this newly design EHSV ISA Test Stand. The EHSV ISA Test Stand shall be designed at minimum to test assets per their respective governing technical data. Attached is the purchase specification for the EHSV ISA Test Stand as determined by Process Engineers. 3. GOVERNMENT REQUEST: 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. Please limit your submissions to ten pages in PDF or Microsoft Word Format. In order to be considered in this Source Sought, please reply by 12:00 PM MST, 3 Feb, 2014.   CONTRACTOR CAPABILITY QUESTIONNAIRE Automatic Hydraulic Test Stands to test the Integrated Servo Actuator for the F-16 Flight Controls (EHSV ISA Test Stand) Part I. Business Information 1. Company/Institute Name: 2. CAGE Code: 3. Company Point of Contact a. Name b. Telephone # c. Email address 4. Physical Address: 5. Web Page URL: 6. Provide your company's North American Industry Classification System (NAICS) Code: a. If your company is a small business, it 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. Part III. 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 Discuss any concerns you may have with our requirement or specification. 5. The government does not have right to some of the data/source code. How do you purpose to acquire such data? 6. Discuss how your company achieved form, fit and function on other projects where the government did not have rights to testing parameters. Part IV. 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)? 4. Do you consider the requirements to be commercial (see FAR 2 definitions)? 5. Are your test stands manufactured in the U.S.? 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 12:00 PM MST, 3 Feb, 2014. Email responses in PDF or Microsoft Word format are preferred. The point of contact information is listed below: AFSC OL:H/PZIMB Evan Porter Contracting Officer 6038 Aspen Ave. Bldg. 1289 2nd Flr. Hill AFB, UT 84056 Phone: (801) 775-5306 Email: evan.porter.1@us.af.mil Alternate: AFSC OL:H/PZIMB Richard Salazar Contract Negotiator 6038 Aspen Ave. Bldg. 1289 2nd Flr. Hill AFB, UT 84056 Phone: (801) 586-5548 Email: richard.salazar@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-R-ISATS/listing.html)
- Place of Performance
- Address: Utah, 84056, United States
- Zip Code: 84056
- Zip Code: 84056
- Record
- SN03260563-W 20140104/140102234728-ba097f2bbb685cc0714698b35024eae2 (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 |