Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 01, 2014 FBO #4725
SOURCES SOUGHT

16 -- F-35A Toolsets - Statement of Work (SOW)

Notice Date
10/30/2014
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument 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
F1T4AD4293B001
 
Archive Date
12/16/2014
 
Point of Contact
Lance D. Haywood, Phone: 8508825041
 
E-Mail Address
lance.haywood.1@us.af.mil
(lance.haywood.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
CDRLs referenced in the attached SOW SOW This is a sources sought synopsis; there is no solicitation available at this time. Requests for solicitation will receive no response. This Sources Sought Synopsis is published for market research purposes only. This market survey is conducted to identify potential sources capable of meeting all of the requirements for providing Engineering tools and consumables developed by Lockheed Martin Corp for use within F-35A Aircraft-Store Compatibility (ASC) capability systems for the Air Force Seek Eagle Office (AFSEO), at Eglin Air Force Base Florida. The Air Force intends to issue a contract to procure F-35A ASC toolsets and consumables IAW the attached Statement of Work (SOW) for use by the AFSEO. Engineering tools and training are required to ensure availability of ASC to the DoD's F-35 community; ensuring current and projected test and evaluation and operational mission requirements are met. This task contains both general and specific requirements. This task's specific requirements are grouped according to the relevant AFSEO engineering discipline, they are: - Fit and Function - Aircraft and Store Loads - Flutter - Stability & Control - Store Separations - Electromagnetic Environmental Effects The Air Force anticipates utilizing a Firm-Fixed Price (FFP), Cost Plus Fixed Fee (CPFF), Cost Reimbursement (CR) Indefinite Delivery Indefinite Quantity (IDIQ) contract. The Air Force anticipates the ordering period will be a base year and four (4) option years. Information is being collected from all potential sources who can supply all of the specialized toolsets within the specified delivery schedule. Firms responding to this announcement shall indicate whether they are a large business, small business, small disadvantaged business (SDB), woman-owned small business (WOSB), 8(a)-certified business, service-disabled veteran-owned small business (SDVOSB), veteran-owned small business (VOSB), or Historically Underutilized Businesses (HUBZone). The National American Industry Classification System (NAICS) code for this action is 334511, size standard 750 employees. All prospective contractors must be registered in the System for Acquisition Management (SAM) database to be awarded a DoD contract. Prospective contractors are cautioned to ensure that the proper NAICS code appears in their SAM registration. The Air Force has not yet determined the acquisition strategy for this requirement, including whether a set-aside strategy is applicable. 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 interested contractors shall submit a 6-8 page capabilities document. 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 what the scope of the experience was. 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 requirement (1) The company has the technical knowledge and/or manufacturing capability to acquire/produce the Engineering tools IAW the attached SOW; (2) the delivered Tool Set software will be produced in compliance with "International Standard ISO 9001", Quality Management Systems Requirements.. The Engineering tools will be procured using RDT&E and Operations and Maintenance (O&M) funding. The Government does not own a technical data package for the F-35A ASC System or its support equipment and cannot provide one to an interested party. Company Name; Address; Point of Contact; Telephone number; E-Mail Address; CAGE Code; Web Page URL; and Small business size certification if applicable. Please submit one (1) electronic copy of your response to AFTC/PZIE (Eglin), Lance Haywood,lance.haywood.1@us.af.mil no later than December 1, 2014 at 1pm Central Time. The Government will neither award a contract solely on the basis of this synopsis nor will it reimburse the contractor for any costs associated with preparing or submitting a response to this notice. This synopsis does not constitute a Request for Quotation, Request for Proposal (RFP) or an Invitation for Bid (IFB), nor does this issuance restrict the Government's acquisition approach. 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. If the Government decides to award a contract for this or related effort, a solicitation will be published and posted on the FedBizOpps website. If you have any questions, you may contact Lance Haywood, Contracting Specialist, at lance.haywood.1@us.af.mil or Jason Carter, Contracting Officer at Jason.carter.11@us.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/1836f95ffa0f5817830ef4387baa7458)
 
Place of Performance
Address: Eglin AFB, Valpariso, Florida, 32542, United States
Zip Code: 32542
 
Record
SN03561885-W 20141101/141030235843-1836f95ffa0f5817830ef4387baa7458 (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.