Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 11, 2014 FBO #4551
SOURCES SOUGHT

13 -- Agile Acuisition Strategic Sourcing - Statement of Work

Notice Date
5/9/2014
 
Notice Type
Sources Sought
 
NAICS
332993 — Ammunition (except Small Arms) Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PZJ - Eglin, 205 W D Ave, Bldg 350, Ste 414, Eglin AFB, Florida, 32542, United States
 
ZIP Code
32542
 
Solicitation Number
FA8656-14-RFI-0002
 
Point of Contact
Kevin T. Adams, Phone: 8508824228, Robert Reyes, Phone: 850-883-3748
 
E-Mail Address
kevin.adams.20@us.af.mil, robert.reyes@us.af.mil
(kevin.adams.20@us.af.mil, robert.reyes@us.af.mil)
 
Small Business Set-Aside
Partial Small Business
 
Description
Redacted Statement of Work 1. This RFI is issued in accordance with the Federal Acquisition Regulation (FAR) clause 52.215-3 (Request for Information or Solicitation for Planning Purposes - Oct 1997) and is published to obtain information for use by the Air Force Lifecycle Management Center (AFLCMC). 2. This RFI is NOT a Request for Proposal, Invitation for Bid, or an announcement of a solicitation; it is only intended for information or planning purposes. There is no bid package or solicitation document associated with this announcement. Response to this RFI is strictly voluntary and will not affect any potential offeror's ability to submit an offer if a solicitation is released. Any requests for a solicitation package will be disregarded. The government does not intend to award a contract on the basis of this RFI or otherwise pay for the information solicited. No entitlement to payment of direct or indirect costs or charges by the government will arise as a result of preparing submissions in response to this RFI and the government's use of such information. Submittals will not be returned to the sender. Respondents to this RFI may be asked to provide additional information/details based on their initial submittals. The information requested will be used within the Air Force and may be disclosed outside of the agency. All information marked PROPRIETARY will be safeguarded in accordance with applicable Government regulations. 3. The Rapid Acquisition Contracting Division AFLCMC/PZJ is seeking information from sources that may possess the ability to rapidly develop and apply unique solutions to air delivered weapons systems requirements, studies and demonstrations. Information is sought to broaden the knowledge base of potential rapid response capabilities available as they apply to all areas and phases of weapons development to include weapons concepts, concept development, and concept demonstrations and weapons system procurement to quickly meet current and future weapons system requirements. 4. The scope of this contract will not include any aspects of Assistance and Advisory Support (A&AS) 5. Estimated magnitude of the potential requirement is $490M over a 5 year period, with a primary NAICS 332993 (Ammunition (except Small Arms) Manufacturing) and 541712 (Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)), FSC AC53 with additional NAICS/FSC to be determined. 6. Security Information: Range from Confidential to Top Secret. 7. Scope of the IDIQ 7.1 General areas of interest are listed in the redacted Statement Of Work (SOW) Attachment #1 7.2 To receive the complete SOW, offerors are to provide a DD2345 or other documents establishing that the company is US owned. Queries are to be submitted to the POCs in this posting. Since the required reference documents are classified NOFORN, distribution to non-US citizens is prohibited, regardless of their clearance or access permissions. Verification of US Citizenship will be required prior to the release of the reference documents. Firms must submit the following verification documents contact information to the AFLCMC/PZJ via e-mail (please enter FA8656-14-RFI-0002 in the subject line of the e-mail) to the POCs listed in this posting: 7.2.1 Name of Contractor/Company/Firm 7.2.2 Point of Contact/Contractor's representative (US citizen only) 7.2.3 Copy of POC documentation of US citizenship 7.2.4 Cage Code 7.2.5 Contractor's address 7.2.6 Contractor's phone number 7.2.7 Contractor's NIPRnet e-mail address 8. Responses shall be limited to 15 standard letter (8.5X11) pages (not including cover page) and must include: 8.1 Relevant Experience/Capability statement. Sources will explain capabilities their organization has to offer in rapid development and fielding of products/studies/demonstration as it applies to or could be applied to weapons systems. The critical information sought is the applicability or potential applicability of the sources' capabilities to rapid development, not the historical accomplishments of the source. If applicable, include description of specialized areas of expertise such as concept development, production, design, engineering, modeling and simulation, manufacturing or testing and evaluation. Additionally, sources should consider all phases of product development and describe their capabilities as they apply to any or all phases of rapid development. 8.2 All interested sources are encouraged to submit a response to this announcement. Lack of experience in the weapons development arena is not a detractor, if the interested source has capabilities and can articulate their relevance to rapid development and deployment of products. 8.3 Company Profile to include: a. Company/Organization Name: i. Address ii. Point of Contact b. Cage Code c. Phone Number d. E-mail Address e. Web Page URL f. Size of Business pursuant to North American Industry Classification System (NAICS) Code g. Based on the above NAICS Code, state whether your company is: i. Small Business ii. Woman Owned Small Business iii. Small Disadvantage Business iv. 8(a) Certified v. HUBZone Certified vi. Veteran Owned Small Business vii. Service Disabled Veteran Small Business viii. Central Contractor Registration (CCR) ix. A statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership) h. If applicable, any teaming arrangements. i. Past and current performance/experience background as it relates to supporting the potential requirements in Attachment 1, to include the following: - Contract number - Title and a brief summary of the objective of the effort - Contracting agency or firm (Government or commercial) - Value of the contract and period of performance - Type of contract (i.e. fixed price, cost reimbursable) - NAICS code/small business size standard - Any other information deemed useful to the effort 9. Additionally, please provide answers to the following items/questions: 9.1 Provide recommended NAICS/FSC codes 9.2 Provide your companies level of security 10. Please submit any questions by 17 May 14 to the contracting office listed below. 11. Responses are due no later than closing date on the posting. Early submissions are acceptable.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/035aa415153be222d6c7c5e05db7ea2f)
 
Place of Performance
Address: Place of Contract Performance will be indicated in each delivery order, United States
 
Record
SN03362332-W 20140511/140509234633-035aa415153be222d6c7c5e05db7ea2f (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.