Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 06, 2016 FBO #5188
SOURCES SOUGHT

A -- F107 Engine CIP

Notice Date
2/4/2016
 
Notice Type
Sources Sought
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
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
FBO-FA8626-16-C-2136
 
Archive Date
2/26/2016
 
Point of Contact
Mitchell J. Frost, Phone: 937-255-4492, Christopher Pluskota, Phone: 937-255-3297
 
E-Mail Address
mitchell.frost@us.af.mil, christopher.pluskota@us.af.mil
(mitchell.frost@us.af.mil, christopher.pluskota@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
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. The United States Air Force Engine Component Improvement Program (AFLCMC/LPAK) is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support this requirement for Component Improvement and Testing of the F107 engine used on the USAF Air Launched Cruise Missiles. The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 336412. The Air Force anticipates a Cost Plus Fixed Fee contract will be awarded. The Air Force anticipates a twelve-month Period of Performance (POP) on the base contract with possible three (3) or four (4) one-year options. The projected base year period of performance is 01 July 2016. The Air Force anticipates this acquisition will utilize procedures outlined in FAR Part 15-Contracting by Negotiation. Information is being collected from all potential sources at this time. Firms responding to this announcement should 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 Business small business (HUBZone). The National American Industry Classification System (NAICS) code for this action is 541712, size standard 1000 employees. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. Prospective contractors are cautioned to ensure that the proper NAICS code appears in their SAM. 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 parties shall submit a capabilities package. The capabilities package may include a 4-8 page capabilities document, 12 -size font in Times New Roman, Calibri, Arial, or Cambria. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. Recent, relevant experience in all areas should be provided, 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 should be clearly delineated and previous experience in teaming must be provided. Interested contractors will clearly explain how they intend to meet the stated requirements, including the requirement they possess the necessary government clearance levels to work in the nuclear weapon community. Your statement of capabilities should include the following: 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 Mitchell J. Frost at mitchell.frost@us.af.mil. Statements should be submitted no later than 11 February, 2016 by 11 a.m. EST. The Government will endeavor to answer any questions interested parties may have. All questions must be submitted in writing to Mitchell Frost at mitchell.frost@us.af.mil or Christopher Pluskota at christopher.pluskota@us.af.mil. 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 Mitchell Frost at mitchell.frost@us.af.mil or Christopher Pluskota at christopher.pluskota@us.af.mil. Mrs. Jill Willingham-Allen, AFLCMC/AQP, Wright-Patterson AFB, OH 45433, has been appointed as Ombudsman to hear concerns from offerors, or potential offerors, during the proposal development. The purpose of the Ombudsman is to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate Government personnel. Existence of the Ombudsman does not diminish the authority of the program director or the contracting officer. Accordingly, the Ombudsman does not participate in the preparation of solicitations, the evaluation of proposals or the source selection process and, therefore, for routine matters on individual solicitations, please contact the buyer at the telephone number listed herein. When requested, the Ombudsman, Mrs. Willingham-Allen, can be reached at (937) 255-5472, email: jill.willinghamallen@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FBO-FA8626-16-C-2136/listing.html)
 
Place of Performance
Address: The contractor's facilities and various USAF locations which may include Oklahoma City Air Logistics Center (OC-ALC), Tinker AFB OK, San Antonio Air Logistics Center (SA-ALC), Kelly AFB TX, Air Force Flight Test Center (AFFTC) Edwards AFB CA, Eglin AFB FL, or Arnold Engineering Development Center (AEDC) TN. However, the contract will be issued from Wright-Patterson AFB, OH., Wright-Patterson AFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN04011263-W 20160206/160205000010-2b0657d8be3c28f112c965e6532e2da8 (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.