Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 18, 2014 FBO #4619
SOURCES SOUGHT

61 -- Mongoose IV flare Dispense PODS - Package #1

Notice Date
7/16/2014
 
Notice Type
Sources Sought
 
NAICS
335999 — All Other Miscellaneous Electrical Equipment and Component Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFTC/PZIE - Eglin, 205 W D Ave, Bldg 350, Ste 414, Eglin AFB, Florida, 32542, United States
 
ZIP Code
32542
 
Solicitation Number
FA2487-14-R-PODS
 
Archive Date
8/15/2014
 
Point of Contact
Cheri B. Taylor, Phone: 8508825125, Nicole Anderson, Phone: 8508820173
 
E-Mail Address
cheri.taylor.2@us.af.mil, nicole.anderson.1@us.af.mil
(cheri.taylor.2@us.af.mil, nicole.anderson.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Announcement - Mongoose PODS in pdf Attachment 1, Technical Requirements Document SOURCES SOUGHT ANNOUNCEMENT FOR MONGOOSE IV FLARE DISPENSE PODS 96 TSS / USAF, Eglin AFB, FL is seeking sources for the five Mongoose IV flare dispense pods for QF-4 / 16 self-protection during weapons tests in accordance with TRD, Attachment 1, and technical drawings package, Attachment 2. Requested delivery schedule is no later than 30 weeks after contract award. Information is being collected from all potential sources who can supply all of the specialized parts within the specified delivery schedule. This is a sources sought announcement request for information for the purpose of conducting market research to provide data for planning purposes. This sources sought synopsis announcement does not constitute a formal solicitation and is not a request for proposal, request for quote, invitation for bid, nor does its issuance in any way restrict the Government as to its ultimate acquisition approach. The Government will not pay for any materials provided in response to this notice and submittals will not be returned to the sender. This notice does not obligate the government to award a contract, issue a solicitation, reimburse respondents for any proposal preparation and/or submittal costs, nor does its issuance in any way restrict the Government as to its ultimate acquisition approach. Interested firms are invited to submit a Statement of Capability (SOC) showing the company's ability to fulfill the requirement described above. Provide recent, relevant experience in all areas, including whether this experience was as a prime or subprime contractor, whether it was in support of a Government or commercial contract and the scope of the experience. Teaming and/or subcontracting arrangements shall be clearly delineated and previous experience in teaming must be provided. Interested contractors will clearly explain how they intend to meet the stated requirements: (1) the company has the technical knowledge and/or manufacturing capability to acquire/produce the listed above and (2) components delivered will meet form, fit, and performance requirements for physical and functional compatibility. The Air Force has no development funding for this procurement. Components will be procured using RDT&E and Operations and Maintenance (O&M) funding. It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement. The Government reserves the right to reject in whole or part any industry input as a result of this announcement. The Government recognizes that proprietary data may be a part of this effort. If so, clearly mark such restricted or proprietary data and present it as an addendum to the non-restricted/non-proprietary information. This is not a solicitation nor will a solicitation package be issued as a result of this announcement, and no award shall be made as a result of this announcement. In the event that a solicitation is developed, it will be assigned a formal Request for Proposal (RFP) number / Request for Quotation (RFQ) and the announcement may be published on FEDBIZOPPS. Responses to this notice will assist the government in identifying potential sources and determining if a set-aside of the solicitation is appropriate. Firms responding to this announcement should include company name, cage code, point of contact, address, phone number, small business size, and indicate whether they are small business, 8(a) concern, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, or women-owned small business. For the purposes of being considered a small business, the following applies: NAICS - 3359991, Size Standard - 500. The Government reserves the right to set-aside any subsequent acquisition based upon known sources and/or responses to this announcement. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime contractors must perform over 50% of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14. All prospective contractors must be registered in the System Award Management (SAM) database to be awarded a DoD contract. Prospective contractors are cautioned to ensure that the proper NAICS code appears in their SAM. Attachment 2, technical data package, is available upon request from the point of contact list within this announcement once proper validation occurs. Responses are required by 31 Jul 2014 at 1:00pm CST. Direct expression of interest and questions as well as required documentation should be addressed in writing to Ms. Cheri Taylor at cheri.taylor.2@us.af.mil and Ms. Nicole Anderson at nicole.anderson.1@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/75152be54bed3e47aca844573cca7cde)
 
Place of Performance
Address: Eglin AFB, FL, Eglin AFB, Florida, 32542, United States
Zip Code: 32542
 
Record
SN03426654-W 20140718/140716234525-75152be54bed3e47aca844573cca7cde (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.