Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 18, 2015 FBO #5047
SOURCES SOUGHT

16 -- E-3 AWACS Surveillance Radar Engineering and Logistics Support Services - Performance Work Statement

Notice Date
9/16/2015
 
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 Material Command, PK/PZ Tinker AFB, 3001 Staff Drive, Ste 1AG76A, Tinker AFB, Oklahoma, 73145-3015, United States
 
ZIP Code
73145-3015
 
Solicitation Number
E-3_Awacs_Surveillance
 
Archive Date
10/17/2015
 
Point of Contact
Juan C. Escobar, Phone: 4056227264, Kristen Carter, Phone: 405-622-7267
 
E-Mail Address
juan.escobar@us.af.mil, kristen.carter@us.af.mil
(juan.escobar@us.af.mil, kristen.carter@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Performance Work Statement (PWS) for Engineering Support of USAF, FMS, and JASDF E-3 AN/APY-12 Radar Systems. E-3 AWACS Surveillance Radar Engineering and Logistics Support Services Solicitation Number: TBD Agency: Department of the Air Force Office: Air Force Life Cycle Management Center (AFLCMC) Location: E-3 AWACS Division, Tinker AFB, Oklahoma This is a Sources Sought Synopsis. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. This Sources Sought Synopsis is in support of market research being conducted by the Air Force to identify capable potential sources. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is: a) 334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing; and/or b) 336413 - Other Aircraft Parts and Auxiliary Equipment manufacturing. Contractors responding to this Sources Sought Synopsis shall submit the following information electronically no later than 16 October 2015, 4:00 p.m. CST. INSTRUCTIONS FOR RESPONSE: Responses must include the following: name and address of firm, telephone numbers and email address, capabilities related to the task areas below, business size by NAICS code, average annual revenue for past 3 years and number of employees; ownership; whether they are a large business or a small business such as small disadvantaged, 8(a), HUBZone, veteran owned, woman-owned, etc., number of years in business; affiliate information: parent company, joint venture partners; intent to participate in the any potential acquisition as a prime offeror; list of customers covering the past five years (highlight relevant work performed, contract numbers, contract type, dollar value of each procurement; and point of contact - address and phone number). There is no page limitation however please limit pages to the minimum amount and submit on 8 1/2 by 11 paper and no smaller than 10 point font. In addition, respondents are requested to provide commercial pamphlets, operating or maintenance manuals. Electronic access to the requested information is acceptable. Any information submitted by respondents to this synopsis is strictly voluntary. The Government will not reimburse the respondents for any costs associated with their responses. This Sources Sought Synopsis does not constitute a Request for Proposals (RFP), or an Invitation for Bids (IFB), nor does its issuance restrict the Government as to its ultimate acquisition approach. The Government will neither award a contract solely on the basis of this notice, nor pay for any information that is submitted by respondents to the Request for Information. The Government reserves the right to contact the submitting parties, on an as required basis, for further clarification on material provided. The Government will evaluate the information provided, include it in our market research, and use it as needed during the development of any further procurement action. In addition, the Government will use its evaluation of the information and other research to determine the sources that appear qualified to perform the work required by the Government. ATTENTION: Contractor must be registered with System for Award Management (SAM) to be eligible for contract award or payment from any DOD activity. Information on registration and annual confirmation requirements may be obtained via the Internet at http://www.sam.gov. SYNOPSIS: Air Force Life Cycle Management Center anticipates a contract requirement to provide a Surveillance Radar Engineering and Logistics Support Services to the Air Force Life Cycle Management Center, E-3 AWACS SPO, Tinker AFB Oklahoma. The contractor shall provide engineering services to AFLCMC/HBS, E-3 Airborne Warning and Control, System (AWACS) Division, AFLCMC/HBSD and AFLCMC/HBSI, hereafter referred to as "AFLCMC/HBS" or "the Government". Additionally, AFLCMC/HBSD will be the focal point for USAF support and AFLCMC/HBSI, referred to as the Technical Coordination Group (TCG), will be the focal point for support for all Foreign Military Sales (FMS) customers on this contract The contractor shall assist the Government in resolving complex RADAR system issues, including issues involving hardware and software, which are beyond the capability of the Government to resolve. To accomplish this, the contractor shall provide engineering services consisting of responses to both recurring inquiries or tasks and non-recurring engineering ESTs. These tasks include inquiries relating to diminished manufacturing source (DMS) resolution, field level support, basic design information, proprietary data, flight test data, original qualification concepts, performance data, reliability data, operational effectiveness, operational and maintenance procedures, logistics support and any other potential problem area where contractor engineering experience and/or information is required. These engineering services may require the generation of raw engineering data. This is a follow-on requirement to contract with the OEM, Northrop Grumman Systems Corporation (NGSC), FA8102-12-D-0001. The anticipated performance periods will span five (5) years which include a 12-month base period and four 12- month option periods beginning 01 January 2017. A CPFF, FFP and T&M Based Contract is anticipated. It is anticipated that the Request for Proposal (RFP) will be issued. The Capability Statement shall succinctly address the following six items to demonstrate the contractor's capability to perform the requirements based on the attached Performance Work Statement: (1) The contractor's ability to manage, as prime contractor, the types and magnitude of tasking in the PWS; and (2) The contractor's technical ability, or potential approach to achieving technical ability, to perform at least 50% of the cost of the MAC task order incurred for personnel with its own employees; and (3) The contractor's capacity or potential approach to achieving capacity, to conduct the requirements of the PWS. For the purposes of this Capability Statement, capacity shall refer to matters such as the magnitude of the tasking, the amount of equipment or facilities involved, and the size of the staff needed; and (4) The contractor's ability to effectively manage multiple subcontractors in order to conduct all of the remaining requirements of the PWS that will not be performed with its own employees; and (5) The contractor's ability to support a multi-site workforce; and (6) The contractor's ability to have the technical data available either by reverse engineering all associated parts or leases the data from the OEM. Demonstrated ability to manage, technical ability and capacity may include citing (using contract and/or Task Order Number) and describing the same or similar relevant performance but does not limit the interested contractor's approach to demonstrate capability. NOTE: Only information provided in the written Capability Statement shall be considered. DISCLAIMER: THIS SOURCES SOUGHT NOTICE IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATIONTO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THESE SOURCES SOUGHT NOTICE IS STRICTLY VOLUNTARY.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/E-3_Awacs_Surveillance/listing.html)
 
Place of Performance
Address: Tinker AFB, Oklahoma City, Oklahoma, 73145, United States
Zip Code: 73145
 
Record
SN03889915-W 20150918/150917000146-ce13ee983d8711a5696cb8b220933e9d (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.