Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 19, 2014 FBO #4682
SOURCES SOUGHT

99 -- LM-STAR Test Stands Spare Repair and Storage - DRAFT PWS LMSTS

Notice Date
9/17/2014
 
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
FA8224-15-R-LMSTS
 
Archive Date
10/22/2014
 
Point of Contact
Joseph Barthold, Phone: 801-586-7779
 
E-Mail Address
joseph.barthold.1@us.af.mil
(joseph.barthold.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
DRAFT PWS LMSTS 3 SEP 14 Sources Sought Notice/Request For Information LM-STAR Test Stands Spare Repair and Storage OO-ALC Hill AFB, UT FA8224-15-R-LMSTS NOTICE: This is not a solicitation but rather a Sources Sought Notice Request for Information to determine capability of potential sources and is for informational 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 System (NAICS) Code is 811219 (size standard $20.5). The Government will use this information to determine the best acquisition strategy for this effort. The Government is interested in all small businesses to include 8(a), Service-Disabled Veteran-Owned, Hubzone, and Women-Owned small business concerns. The United States Air Force (AF) Ogden Air Logistics Complex (OO-ALC) is seeking sources to provide inventory management, asset lifecycle notification, and storage of all LM-STAR test stand spare parts in support of the F-16 CCIP Program. The contractor shall receive LM-STAR spare assets from the government and shall repair or service them to a fully functional state and then store the repaired assets while maintaining and tracking the spare inventory. The contractor shall also provide recommendation to replace obsolete or no longer repairable or serviceable LM-STAR spare assets. See attached DRAFT Performance Work Statement (PWS). This Sources Sought is issued for information and planning purposes only. This is not a Request for Proposal (RFP). It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals nor will any award be made as a result of this Sources Sought. The AF will NOT be responsible for any costs incurred by interested parties in responding to this request. This FedBizOpps notice is an announcement seeking market information on businesses capable of providing the services as described herein. OO-ALC is currently conducting market research to determine qualified, experienced, and interested potential sources. The information requested by this Sources Sought will be used within the AF to facilitate decision making and will not be disclosed outside the agency. However, respondents submitting business information pursuant to this Sources Sought should consult 41 C.F.R. part 105-60 and other implementing regulations concerning the release of such information to third parties under the Freedom of Information Act (FOIA). All information submitted by respondents that they consider confidential and not releasable to third parties outside of the AF, and its employees, agents, consultants, and representatives, must be clearly and conspicuously so marked. REQUEST FOR INFORMATION QUESTIONS AND CAPABILITY STATEMENT: The Government has developed a list of information to facilitate discussion and influence the final version of the RFP. Responses to the following will determine the feasibility of a total small business set-aside. The attached DRAFT PWS (Attachment 1, Draft PWS) represents the LM-STAR Spare Support program requirements. Based on the PWS, please provide a brief capability statement (no more than 20 pages) addressing your company's ability to complete work of this nature. To ensure that answers and comments are considered in the development of this acquisition, submit responses no later than 20 October 2014. Send all responses to joseph.barthold.1@us.af.mil with the subject heading ‘LM-STAR Spare Support Sources Sought and Capability Statement'. In addition to your responses to the questions, feel free to include any suggestions, recommendations, questions, or concerns regarding this effort. Part I. Business Information Company information and any teaming or joint venture partners: • Company/Institute Name: • Point of Contact: • Address: • CAGE Code: • Web Page URL: • Size of business pursuant to North American Industry Classification System (NAICS) Code: 811219 • Based on the above NAICS Code, the company size is: $20.5M • List of most recent and relevant DoD or commercial contracts (not to exceed five) to include brief description, names, POCs, contact information, value & type of contract, and period of performance • Are you able to provide a cataloged price list of your parts/service. Part II. Capability Survey Questions 1. Describe your company's corporate knowledge and experience in LM-STAR Test Stand maintenance or similar equipment. 2. Describe your standard warranty on assets repaired. If your warranty is outside of commercial norm, please indicate what your company warranty is. 3. Describe your experience to store spare assets for test stands. i.e. for LM-STAR test stands or similar equipment systems. 4. Describe your ability to respond to a trouble call and install a repaired asset within 48 hours. 5. If needed does your company / employees possess or can obtain a security clearance. 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. b. Will the prime contractor perform at least 50% of the cost of the manufacturing the supply and/or total contract cost? c. Does the prime contractor qualify as a small business? 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 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. 3. Are there specific requirements in the documentation that we provided that would currently preclude your product from being a viable solution to our requirement? 4. Discuss any concerns you may have with our requirement or specification Part V. Commerciality Questions: 1. Do you consider the requirements to be commercial (see FAR 2 definitions)? Is this item of a type customarily used by the general public or non-government entities for other than government purposes? Has this or a similar item been sold, leased, or licensed to the general public? If this is commercial off the shelf item that will require modifications, are the modifications of a type customarily available in the commercial marketplace? 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 01:00PM MST, 20 OCT 14. Email responses in PDF or Microsoft Word format are preferred. The point of contact information is listed below: 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 <mailto:joseph.barthold.1@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/FA8224-15-R-LMSTS/listing.html)
 
Place of Performance
Address: Vendor location, United States
 
Record
SN03515908-W 20140919/140918000120-46251e3e5623a71cad68457e2eb8d691 (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.