SOURCES SOUGHT
A -- De-Icer Simulator
- Notice Date
- 7/11/2017
- Notice Type
- Sources Sought
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- Department of the Air Force, Air Force Global Strike Command, 5 CONS, 211 Missle Avenue, Minot AFB, North Dakota, 58705-5027, United States
- ZIP Code
- 58705-5027
- Solicitation Number
- FA4528-17-Q-0038
- Archive Date
- 8/2/2017
- Point of Contact
- Dakota L. Asselyn, Phone: 7017236935, James E. Moore, Phone: 701-723-4180
- E-Mail Address
-
dakota.asselyn@us.af.mil, james.moore.45@us.af.mil
(dakota.asselyn@us.af.mil, james.moore.45@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT DE-ICER SIMULATOR FA4528-17-Q-0038 11 JULY 17 The United States Air Force (USAF), 5th Contracting Squadron, Minot AFB, ND, is currently conducting market research seeking capabilities statement's from potential sources, including small businesses (SB), 8(a), HUBZone, Economically Disadvantaged Woman-Owned (EDWOSB), Woman-Owned (WOSB), Veteran Owned (VOSB), Service Disabled Veteran Owned (SDVOSB) small business that are capable of providing/performing: A de-icing simulator to improve the training maintainers receive on the operation of de-ice vehicles. Requirements include for the simulator include: - B-52H Aircraft software included in Simulator program - Oculus Rift VR headset or approved equal - De-icer trainer seat with operable controls, capable to support multiple models of De-icer vehicles to include 2200AP (GL1800), ER2875 and Open Basket - Upgraded graphics to simulate the weather conditions of Minot, ND. - Include CPU, keyboard, mouse, and monitor (minimum 37" screen) - Shipping, installation, and initial training All interested vendors shall submit a response demonstrating their capability to provide these items/perform this effort to the Primary Point of Contact listed below. Proposals are not being requested or accepted at this time. As stipulated in FAR 15.201(e), responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation (Request for Proposal) exists at this time; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. The NAICS Code assigned to this acquisition is 541512, Computer Systems Design Services with a size standard of $27.5M. Respondents should indicate their size in relation to this size standard and indicate socio-economic status (i.e. SB, 8(a), HUBZone, EDWOSB, WOSB, VOSB or SDVOSB). Respondents are further requested to indicate their status as a Foreign-owned/Foreign-controlled firm and any contemplated use of foreign national employees on this effort. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent action. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. No set-aside decision has been made. Any information submitted by respondents to this sources sought are voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any government assessments. The Government's assessment of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small business, or any particular small business program. CAPABILITIES STATEMENT: All interested vendors shall submit a capabilities statement that explicitly demonstrates their capability to provide/perform the requirement stated in this notice. The capabilities statement should be brief and concise, yet clearly demonstrate an ability to meet the stated requirement. Small businesses with only partial capabilities of this requirement are encouraged to submit their capabilities statement demonstrating the portion of the requirement they are capable of providing/performing. This information will allow the Government to identify areas of possible breakout or possible subcontracting opportunities. Responses may be submitted electronically to the following e-mail address: dakota.asselyn@us.af.mil. RESPONSES ARE DUE NO LATER THAN 2:30 P.M. (CST) ON 18 July 2017. Direct all questions concerning this requirement to SrA Dakota L. Asselyn at dakota.asselyn@us.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/d4d3a1c51679acf39d6cf737e9ed93cf)
- Place of Performance
- Address: Minot AFB, North Dakota, 58705, United States
- Zip Code: 58705
- Zip Code: 58705
- Record
- SN04574073-W 20170713/170711234658-d4d3a1c51679acf39d6cf737e9ed93cf (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 |