Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 26, 2016 FBO #5237
SOURCES SOUGHT

U -- Flight Simulator Services - PWS - DSL

Notice Date
3/24/2016
 
Notice Type
Sources Sought
 
NAICS
611512 — Flight Training
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - RSA (W58RGZ) Aviation, SPARKMAN CIR BLDG 5303, Redstone Arsenal, Alabama, 35898-0000, United States
 
ZIP Code
35898-0000
 
Solicitation Number
W58RGZ-16-R-0194
 
Archive Date
4/23/2016
 
Point of Contact
LaTonya L. Robinson,
 
E-Mail Address
latonya.l.robinson.civ@mail.mil
(latonya.l.robinson.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Document Summary List Performance Work Statement This is a sources sought announcement. The PMO NSWRA (Non-Standard Rotar y Wing A i rcraft) is issui ng this sources sought syno psis in support of market research to identify parties having an interest in and the resources to support the below requirement. The result of thi s market research will contribute to determining the method of procurement. THERE IS NO SOLICITATION AT THIS TI ME. If your organization has the potential capacity to provide these parts, please provide the following i nformation: 1. This sources sought notice is being pub li shed in accordance with FAR Parts 10.002, Market Research and 15.201, Solicitation and Receipt of Proposals and I nformation i s a Request for I n f o rmat i on on l y in support of a market s urvey. Issuance is for planning purpo ses only, to assist in identifying potential sources capable of supporting PMO. This RFI includes a DRA FT Performance Work Statement (PWS) for the Pakistan Army Bell 412 Flight Simulator Services. 2. Potential contractors responding to thi s notice shall be required to provide al l personnel, materials, and supplies required to perform support and services as detailed in the DRAFT PWS. 3. This is only a Sources Sought notice and i s not a Request for Proposal (RFP) or Request for Quotation (RFQ). A solicitation is not being issued at thi s time and thi s notice shall not be construed as a commitment by the 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 award a contract based on this notice and will not reimburse respondents for any cost associated with responses to this notice. Responses to this sources sought synopsis will be u se d for a market s urvey analysis that will assist in determining if the contemplated acquisition could be conducted under full and open competition, or if the contemplated acqui s ition should be set-aside for small bu s iness pursuant to FAR Part 1 9, Small Bus i ness Programs. The Government is contemplating North American Indu s try Classification Systems (NAICS) Code 611512. Respondents shall indicate in their response whether they qualify as a small business or qualify under other specialty designated program s s uch as Veteran Owned Service Disabled (VOSD), Historically Underutilized Busine ss Zone (HUBZone), 8A or others under this NAICS code. 4. For the purposes of market analysis, the Government is seeking to understand the capabil i ty and capacity of interested firms. If you are a small busines s, and if the Government were to set this acquisition aside for small busines s, you would be required to comply with Federal Acquisition Regulation 52.219-1 4, L i mitations on Subcontracting and 13 CFR 1 25.6 ( known as the 50% rule). Rules on affiliation and joint ventures are at FAR 1 9.101, Size Standards, 13 CFR 121.103, 1 3 CFR 1 24.5 1 3 and 13 CFR 125.6. The small busine ss prime contractor must meet this requirement (1) individuall y, or (2) together with other small busine ss members of a formal joint venture, or (3) together with a small number of small business subcontractors forming an informal joint venture, i n which those subcontractors meet the definition of o stensible subcontractor as set forth in 1 3 CFR 1 21. l 03(h)(4). Team members i n such formal and informal joint ventures are exempt from affiliation rules under the conditions set forth i n 13 CFR 12 1. l 03(h)(3). There is no limit to the number of other team subcontractors or size status of subcontractors. 5. The Government anticipates prohibiting pass through arrangements as defined in FAR 52.215-22, Limitations on Pass-Through Charges-Identification of Subcontract Effort and FAR 52.215-23, Limitations on Pass-Through Charges. If the acquisition is competed using full and open competition, then the subcontracting goal will be determined as a percentage of the overall contract value. 6. Any information provided by i ndustry to the Government as a result of this sources sought synopsis is strictly voluntary. Responses will not be returned. No entitlements to payment of direct or indirect costs or charges to the Government will aris e as a result of contractor submission of responses or the Government's use of such information. The information obtained from i ndustry responses to this notice may be used in the development of an acquisition strategy and future RFP. 7. Interested parties are requested to submit a statement of capability outlining past work that is related to this requirement as identified in the PWS. The statement of capability shall inc l ude: Vendor Information: Name Address Point of Contact (POC), Phone Number, E-mail Address, CAGE Code, Small Business Category, Co m pany's Business Size (i.e. annual revenues and employee size) and b rief introduction of Company. 8. Briefly d escribe y our r elevant c ontract e xperience/capabilities to s upport PWS requirements: Foreign or Domestic employees Contract Number Prime or Subcontractor Requirements Description Total Contract Value (initial award amount, options, modification to include descriptions and values) Place of Performance, Contract Organization, Contract POC Name, Phone N umber, and E-mail address 9. Again, any i nformation submitted by the respondents to this sources sought synopsis i s strictly voluntary. The company's standard format is acceptable; howe v er, the limit for all responses is not to exceed 10 single-sided, 12 font size, 8 X 1 1 -inch pages. The 10 page restriction should include capabilities, market research responses, and questions/comments to below requ i rement. The submitted information shall be UNCLASSIFI ED and should not contain propriety data. Only electronic responses shall be accepted and shall be submitted as an email attachment i n MS Word or Adobe PDF format. Responses shall be received no later than 1 2:00 P.M. (1200 hrs) Central Ti me, Friday, 8 April 2016. Please no phone calls. Each submission should be virus scanned prior to being sent via e-mail to the follow i ng Point of Contacts: LaTonya L. Robinson, Contract Specialist, latonya.l.robinson.civ@mail.mil and David W. Ludwig, Contracting Officer, david.w.ludwig10.civ@mail.mil. 10. Email submissions are subject to size and type restrictions (typically limited to less than 2 Megabyte in size and only non-executable attachments such as.doc or.pdf fi les) as well as any other appropriate network security measures. I t is the respondent's responsibility to v erify the package was received and can be viewed. All responses must address each of the above stated requirements. 11. Additional information, as i t becomes available, will be posted as well as amendments to this announcement on Army Single Face to I ndustry (ASFI) https://acquisition.army.mil/asfi and flow through to Federal Business Opportunities (Fed BizOpps) https:// www.fbo.gov. It is the responsibility of the interested parties to review the site frequently for any updates/amendments to any and all documents. All potential offerors are reminded, in accordance with Defense Federal Acquisition Regulations (DFARS) 252.204-7004, Alternate A, Sy stem for Award Management (SAM) is required. Lack of registration in the SAM database will make an offeror i nel igible for contract award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a360354edb0cae316789407476aad024)
 
Place of Performance
Address: See PWS, United States
 
Record
SN04061986-W 20160326/160324235157-a360354edb0cae316789407476aad024 (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.