SOURCES SOUGHT
19 -- Looking for inflatable boats - Inflatable Boat Technical Document
- Notice Date
- 4/30/2014
- Notice Type
- Sources Sought
- NAICS
- 336612
— Boat Building
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFLCMC/PK - WPAFB (includes PZ, WL, WW, WI, WN, WK, LP, WF, WK), 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218, United States
- ZIP Code
- 45433-7218
- Solicitation Number
- GA_Inflatable_Boat
- Archive Date
- 6/14/2014
- Point of Contact
- Christopher A. Pluskota, Phone: 9376568573
- E-Mail Address
-
christopher.pluskota@us.af.mil
(christopher.pluskota@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Inflatable Boat Technical Document INFLATABLE BOAT REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT Request for Information/Sources Sought: This is a Request for Information (RFI)/Sources Sought in accordance with Federal Acquisition Regulation (FAR) 52.215-3 - Request for Information or Solicitation for Planning Purposes (OCT 1997). It constitutes neither a Request for Proposal nor an Invitation for Bid. It does not restrict the Government to an ultimate acquisition approach. This RFI IS NOT A SOLICITATION or an expression of intent to issue a solicitation of any kind in the future. It should not be construed as a commitment by the Government for any purpose other than to gain the information requested. Interested parties are encouraged to respond to this RFI. The Government will not pay for information, materials, and/or demonstrations received in response and is in no way obligated to respondents by or for any information received. 1. BACKGROUND, SCOPE, AND CAPABILITY REQUIREMENTS. The Air Force Life Cycle Management Center (AFLCMC), Battlefield Airmen Branch (BA), Guardian Angel (GA) is soliciting information to identify possible sources to provide inflatable boats. Prospective offers must demonstrate that the boat(s) is/are in compliance with the Berry Amendment provision of Defense Federal Acquisition Regulation Supplement (DFARS) 252.225-7012 Buy American and Balance of Payments Program. Guardian Angel (GA) forces are tasked to perform Personnel Recovery and Recovery Operations (PR/RO) to include Casualty Evacuation (CASEVAC), Sensitive Item Recovery (SIR) and Combat Search and Rescue (CSAR), across the full Range of Military Operations (ROMO) for maritime operations. GA forces must be capable of recovery operations in riverines, flooded areas, small bodies of water, and ocean environments. In order to conduct rescue operations in these environments, GA forces require a boat with the appropriate configuration/capabilities to effectively execute missions in small and large bodies of water. The range and speed limitations of vertical-lift aircraft dictate the employment of mission-unique water boats that can be air-deployable from both a fixed wing and rotary wing aircraft. 2. INSTRUCTIONS TO POTENTIAL RESPONDENTS Interested vendors who desire to participate in this market survey are encouraged to submit white papers that demonstrate they presently have the technology and qualifications of one or more of the systems described above as well as addressing the comments in the attached Boats Technical Document. Responses shall address the following: a. Current production capabilities and ability to expand (include timelines if necessary) b. Abilities and concepts for sustainment of current and future inflatable boats (to include repair and replacement data on current and future systems) c. Projected future inflatable boat technologies (include timelines if necessary) d. Recent, relevant experience in all areas e. Teaming and/or subcontracting arrangements (to include any foreign companies) f. Indicate if the technology was developed under a Small Business Innovation Research (SBIR), Small Business Technology Transfer (STTR), or other government-funded contract vehicle and declare details of the effort including the contract number and funding amount. g. Indicate if company is registered in the System for Award Management (SAM) database to be awarded a DoD contract. The North American Industry Classification System (NAICS) Code for this action is 336612, size standard 500 employees. Based on the NAICS Code, state whether your company qualifies as a: i. Small Business (Yes/No) ii. Woman Owned Business (Yes/No) iii. Small Disadvantaged Business (Yes/No) iv. 8(a) Certified (Yes/No) v. HUB Zone Certified (Yes/No) vi. Veteran Owned Small Business (Yes/No) vii. Service Disabled Small Business (Yes/No) viii. Economically Disadvantaged Women-Owned Small Business (Yes/No) ix. Women-Owned Small Business (Yes/No) x. Statement as to whether your company is domestically or foreign owned (if foreign owned, please indicate country of ownership). xi. Provide prospective small business utilization percentages (if the acquisition is not set- aside for small business) Companies may be contacted if we need further information to fully understand the marketplace. AFLCMC is not at this time seeking proposals, and will not accept unsolicited proposals. Please be advised that all submissions become Government property and will not be returned. All costs associated with responding to this RFI will be solely at the responding party's expense. This notice is part of government market research, a continuous process for obtaining the latest information on the "art of the possible" and associated material production and approach risks from industry with respect to their current and near-term abilities. Market research results will assist the Air Force in determining whether this requirement will be a full and open, a small business set aside, or a sole source acquisition. If it is determined to be a small business set-aside, FAR 52.219-14, Limitations on Subcontracting will apply. Therefore, small businesses that want to be considered for a small business set-aside should demonstrate how they could comply. Potential sources are encouraged to submit recommended small business utilization requirements as a percentage of total contract value for consideration, in the event the acquisition is not set-aside for small business. If there is sufficient demonstrated interest and capability among small business contractors, a key factor in determining if an acquisition will be a Small Business Set-Aside is that two or more potential small business prime contractors must be capable of performing at least 50% of the effort, as defined in FAR 52.219-14, Limitations on Subcontracting. If it is determined that a small business set-aside is appropriate, and your company anticipates submitting a proposal as the prime contractor for a small business set-aside, please provide specific details and rationale as to how compliance with FAR 52.219-14 would be achieved, including specific details regarding teaming arrangements, etc. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. If this effort is not set-aside for small business, small business utilization will be considered. Large and small businesses should provide a reasonable expectation for small business utilization as a percent of total contract value as well as supporting rationale for the recommended percentage. Information received that is identified as proprietary/sensitive, will be protected as such. Any company proprietary information contained in the response should be clearly marked by paragraph, such that ‘publicly-releasable' and ‘proprietary' information are clearly distinguished. Any material that is not marked proprietary will be considered publicly-releasable. Any proprietary information received in response to this request will be properly protected from any unauthorized disclosure. The Government will not use proprietary information submitted from any one firm to establish the capability and requirements for any future systems acquisition, so as to not inadvertently restrict competition. When submitting a response, please be aware that the Air Force workforce is supplemented by contracted support personnel. Any proprietary data submitted may be handled by contract support services personnel who have signed Non-Disclosure Agreements (NDA). Responses are limited to 20 pages or less and should include technical and descriptive text to provide sufficient detail for production and sustainment capabilities. Two (2) paper copies should be submitted to the program office as outlined below. Respondents who submit proprietary data shall clearly mark the data with appropriate markings on the cover sheet and on each applicable page. The Government does not intend to award a contract on the basis of this RFI. A determination not to compete this action based on responses received is solely within the discretion of the Government. Lastly, the respondents should identify if they are a small business authority. Broad industry participation for this RFI/Sources Sought is encouraged. U.S. firms are permitted to respond to this Infaltable Boat RFI. Responses to questions from interested parties will be promptly answered and posted on Fed Biz Ops (FBO), unless some release of proprietary information is involved or the answer addresses a question peculiar to a company or that company's response. This notice may be updated as additional information becomes available. Please check the FBO site for updates to this announcement and register to receive e-mail notices of any updates to the FBO announcement. For more information on this RFI/Sources Sought, please contact the AF POCs below. E-mail communications are preferred. All requests for further information must be made in writing or via email. Telephone requests for additional information will not be honored. All questions and answers regarding this RFI will be posted as updates to this notice. Submissions are requested no later than 1400 (EST) on 30 May 14 and may be submitted via paper/e-mail or by mailing your response to: Christopher Pluskota AFLCMC/WISK (Bldg 46) 1895 5th St Wright-Patterson AFB, OH 45433-7233 Christopher.Pluskota@us.af.mil Any technical questions should be directed to: Todd D. Osborne (Primary) Acquisition Program Manager AFLCMC/WISN - Guardian Angel (Boats) Todd.osborne.3@us.af.mil Ms. Sarah Ricketts (Secondary) Guardian Angel Motors/SONAR Program Manager Directorate (AFLCMC/WISN) Sarah.Ricketts.2.ctr@us.af.mil. Ms. Siobhan Koram (Tertiary) Acquisition Program Manager AFLCMC/WISN - Guardian Angel (Boats) Siobhan.Koram@us.af.mil Note: Vendors interested in this notice may also be interested in the notice for Submersible Multi-Fule Outboard Motors
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/GA_Inflatable_Boat/listing.html)
- Record
- SN03352643-W 20140502/140430235007-0cda9232e1e76df48ed104da861ee915 (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 |