SOURCES SOUGHT
28 -- Jet Fuel Starter Repair Stock - Sources Sought Synopsis - Jet Fuel Starter Sustainment Parts List
- Notice Date
- 2/9/2015
- Notice Type
- Sources Sought
- NAICS
- 336412
— Aircraft Engine and Engine Parts Manufacturing
- 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
- FA8620-15-C-4018
- Archive Date
- 3/11/2015
- Point of Contact
- Sumaya Soliman, , McKenna Maertens,
- E-Mail Address
-
sumaya.soliman@us.af.mil, mckenna.maertens@us.af.mil
(sumaya.soliman@us.af.mil, mckenna.maertens@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Jet Fuel Starter Sustainment Parts List Sources Sought Synopsis Sources Sought Synopsis Jet Fuel Starter Repair Stock Solicitation Number FA8620-15-C-4018 THIS IS A SOURCES SOUGHT ONLY. This announcement constitutes a Sources Sought Synopsis (SSS) for the purpose of conducting market research only. No solicitation exists. This is not a request for a quote, request for proposal, or an invitation to bid, nor is this to be construed as a commitment by the US Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will not reimburse or pay for any information submitted in response to this SSS or any follow-up information requests. 1. REQUIREMENT: This market research is being conducted to identify potential sources that may possess the expertise, capabilities and experience to: Provide Jet Fuel Starter Repair components as identified in Attachment 1, Jet Fuel Starter Sustainment Parts List brand name or equivalent. Big Safari Contracting at Wright-Patterson Air Force Base is currently conducting market research to determine qualified and interested potential sources. The information requested by this sources sought notice will be used within the Air Force to facilitate decision making. We are still determining the acquisition strategy and if this acquisition is a small business set-aside, FAR 52.219-14, Limitation on Subcontracting applies. Note that, if there is sufficient demonstrated interested 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 Federal Acquisition Regulation (FAR) clause 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 clause 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. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. All efforts will be made to identify applicable sources. 2. CONTRACTOR CAPABILITY ASSESSMENT: If your company has the capacity to supply this requirement, please provide a capability statement addressing the following areas: PART I. Business Information Company/Institute Name: Address: Point of Contact: CAGE Code: Phone Number: Email Address: Web Page URL: Size of business pursuant to NAICS Code 336412: 1000 employees: Based on the above NAICS Code, state whether your company is: Small Business (Yes / No) Self-Certified or Third Party Certified Woman Owned Economically Small Disadvantaged Business (Yes/No) Self-Certified or Third Party Certified Woman Owned Small Business (Yes / No) Self-Certified or Third Party Certified HUBZone Certified (Yes / No) Self-Certified or Third Party Certified Veteran Owned Small Business (Yes / No) Self-Certified or Third Party Certified Service Disabled Veteran Small Business (Yes / No) Self-Certified or Third Party Certified 8(a) Certified (Yes / No) Self-Certified or Third Party Certified SBA Certification Date: ____________ SBA Graduation Date: ______________ A firm fixed price contract is anticipated. The North American Industry Classification System (NAICS) code for this action is 336412, size standard 1,000 employees; please indicate number of employees (or aggregate dollar amount) relative to the indicated size standard. All prospective contractors must be registered in the System Award Management (SAM) database to be awarded a DoD contract. Note that the NAICS code for this requirement, if applicable to your company's capabilities, should be included in your company's NAICS code listing in SAM. Please include a list of comparable contracts you have participated in, or are participating in, along with your level of participation (Prime, subcontractor, etc). Part II. Capability Information 1. Describe your company's capability to provide the parts listed in Attachment 1 (Jet Fuel Starter Sustainment Parts List). If you are a certified distributor for any of the parts listed, please indicate this in the event that any subsequent acquisition qualifies under the Non-Manufacturer Rule. Please note, while no acquisition strategy has been determined, should this acquisition be set-aside for small business, FAR 52.219-14, Limitation on Subcontracting, will apply. Both small and large businesses are encouraged to respond. 2. What is the probability that your company will submit a proposal to compete on this requirement if an opportunity existed? 3. If your company anticipates submitting a proposal, if and when an RFP is released, do you anticipate subcontracting any of the work and if so, to whom? Based on the anticipated NAICS code (336412), approximately what percentage of small business utilization do you anticipate as a percentage of the total contract value? 3. RESPONSES: If your company is capable of meeting this requirement, please send responses via email to Ms. McKenna Maertens at mckenna.maertens@us.af.mil. Marketing materials are considered insufficient and direct/succinct responses to the request above are preferred. Please limit responses to 5 pages. All responses must be received no later than 3:00PM ET 24 February 2015. 4. There is no restriction on who can respond to this SSS; however, if submitting company proprietary Information, please be sure it is clearly marked. To aid the government, please segregate Proprietary Information to the maximum extent possible. All submissions become Government Property and will not be returned. The Government shall not be liable for, or suffer any consequential damages, for any proprietary information not properly identified. In addition, identify a representative to support further Government inquiries and requests for clarification of the information provided, if needed. 5. QUESTIONS: Phone calls will not be accepted. Questions regarding this SSS shall be submitted by email to Ms. McKenna Maertens, Contract Buyer, at mckenna.maertens@us.af.mil with a courtesy copy to Ms. Tanis Brainerd, Contracting Officer, at tanis.brainerd.1@us.af.mil. The government does not guarantee that questions received after 4 March 2015 will be answered. 6. Please limit your responses to no more than five (5) pages and identify a representative to support further Government inquiries and requests for clarification of the information provided, if needed. Marketing materials are considered an insufficient response to this Sources Sought synopsis. 7. Respondents should indicate which portions of their responses are proprietary and mark accordingly. All information received in response to this SSS that is properly marked as "proprietary" will be handled accordingly. Proprietary information must be clearly marked on the outside container and on the materials inside. The Government shall not be liable for, or suffer any consequential damages, for any proprietary information not properly identified. 1 ATTACHMENT: Jet Fuel Starter Sustainment Parts List
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8620-15-C-4018/listing.html)
- Record
- SN03637626-W 20150211/150209235121-81ac2fd5036a5f32ac5c90173d79bd00 (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 |