SOURCES SOUGHT
99 -- Tunnel B & C Model Inject Systems - Atch 1 ConceptRequirements T BC MIJ_Rev04 - Atch 2 TB-TC MIS Description2
- Notice Date
- 7/27/2015
- Notice Type
- Sources Sought
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, HQ Arnold Engineering Development Complex (AEDC) - Arnold, 100 Kindel Drive, Suite A-335, Arnold AFB, Tennessee, 37389-1335, United States
- ZIP Code
- 37389-1335
- Solicitation Number
- FA9101-15-RFI-0727
- Archive Date
- 9/11/2015
- Point of Contact
- Robert A. Greene, Phone: 9314545167
- E-Mail Address
-
Robert.Greene.17@us.af.mil
(Robert.Greene.17@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Tunnel B & C Model Inject Systems THIS IS A REQUEST FOR INFORMATION NOTICE ONLY. This request for information does not constitute an Invitation for Bids, Request for Proposals, nor a Request for Quotations, and is not to be construed as a commitment by the government to issue a contract or otherwise pay for the information solicited. In addition to the technical requirements listed below, please identify: 1. Are there any issues concerning the compliance to the standard commercial provision and clauses as outline in Federal Acquisition Regulation (FAR) Part 12. Please review this regulation and FAR Provisions and Clauses 52.212-01 through 52.212-05 (including deviation)? 2. Are there any issues concerning the Buy American Act/Free Trade Agreement provisions and clauses (i.e. where are the components being delivered from)? 3. Is your company registered in System for Award Management at www.SAM.gov? 4. What NAICS code would you recommend for this requirement? 5. Is your company small business or large business? 6. Is your manufacturer a small business or large business? 7. Do you anticipate subcontracting opportunities for small businesses? 8. Is your company able to perform the total requirement? 9. Will you be able to show that your company has experience performing a requirement of similar scope and complexity? 10. Are there any identifiable inconsistencies in our draft specification? 11. What is the industry lead time for delivery? 12. Is GSA pricing the best pricing available or would Open Market be a better option? 13. Will you be able to provide a concept sketch of the requirement as part of the solicitation? 14. Please identify any other issues or concerns not address here. The purpose of this sources sought synopsis is to obtain a Rough Order of Magnitude (ROM) cost estimate and conceptual design to perform the following tasks involved to obtain replace the Model Inject Systems (MIJSs) in Tunnels B & C of Von Karman Facility located at Arnold Engineering and Development Complex: 1. Design a MIJS that satisfies both Tunnel B & C requirements, constraints and conditions as outlined in the concept & requirements document. Design is to include hardware and controls. AEDC will design the software used with the control system. 2. Design new drive mechanisms for the Fairing and Safety Doors that satisfies both Tunnel B & C requirements. Design is to include hardware and controls. AEDC will design the software used with the control system. 3. Fabricate items designed in Items 1 & 2 to be installed in Tunnel B. 4. Remove/Demo current MIJS and drive mechanisms for Fairing and Safety Doors in Tunnel B. 5. Install items fabricated in Tunnel B. 6. Perform coordinated air-off & air-on system check-out of installed systems. Check-out estimated to require 2 weeks. Items 3-6 will then be repeated to install a new MIJS and Fairing and Safety Door drive mechanisms in Tunnel C. All interested contractors must be certified by Defense Logistics Information Service's Joint Certification Program. All interested parties who believe they can meet the above requirements are encouraged to conduct a site visit that will be arranged. All interested parties who believe they can meet the above requirements are invited to submit in writing a complete information package describing their capabilities. Please include your company name, point of contact, address, telephone number, Duns & Bradstreet Unique Numbering System (DUNS) number, and Commercial and Government Entity (CAGE) code. Please identify your firm's small business status and category (i.e. Small Business, Woman Owned Small Business, HUBZone, Service Disabled Veteran Owned Small Business, 8(a), etc.). The North American Industry Classification System (NAICS) code for this work is 335311. The small business size standard is 750 or less employees. Potential offerors must be registered in SAM to be eligible for payment from any Department of Defense activity. Information on registration and annual confirmation requirements may be obtained at www.SAM.gov. RFI Submission Instructions: All respondents that can provide any of the requested information should reply in writing (electronic responses) no later than 20-days from the date of this publication to the Contracting Officer, Robert Greene at robert.greene.17@us.af.mil and alternate, JonPaul Wallace at jon_paul.wallace@us.af.mil. PLEASE NOTE: The Government will not pay for any information submitted in response to this announcement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AEDC/FA9101-15-RFI-0727/listing.html)
- Place of Performance
- Address: Arnold Engineering Development Complex, Arnold AFB, Tennessee, 37389, United States
- Zip Code: 37389
- Zip Code: 37389
- Record
- SN03812293-W 20150729/150727235924-138959156ae26a2d42ff552c44646e13 (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 |