SOURCES SOUGHT
83 -- Inflatable Aircraft Maintenance Shelter Sources Sought
- Notice Date
- 7/27/2017
- Notice Type
- Sources Sought
- NAICS
- 314910
— Textile Bag and Canvas Mills
- Contracting Office
- Department of the Army, National Guard Bureau, 109 MSG/MSC, NY ANG, 1 AIR NATIONAL GUARD ROAD, SCOTIA, New York, 12302-9572, United States
- ZIP Code
- 12302-9572
- Solicitation Number
- 109AW-Inflatable_Shelters
- Archive Date
- 8/19/2017
- Point of Contact
- Nicholas Bastiani, Phone: 5183442477, Kathy Reilly, Phone: 5183442487
- E-Mail Address
-
nicholas.b.bastiani.mil@mail.mil, kathy.reilly@ang.af.mil
(nicholas.b.bastiani.mil@mail.mil, kathy.reilly@ang.af.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY. The 109 th Airlift Wing (AW) at Stratton Air National Guard Base, New York is conducting Market Research to identify, as potential sources, companies that may possess the expertise, capabilities and experience to provide one or more inflatable maintenance shelters suitable for performing engine changes on C-130, Ski - Equipped Aircraft. This notice is issued solely for information and planning purposes - it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Potential vendors are requested to submit price lists or any background information necessary to determine market capability and potential costs. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Government wide Point of Entry. It is the responsibility of potential offerors to monitor the Government Wide Point of Entry for additional information pertaining to this requirement. The 109 th AW is seeking responses from all responsible sources, including both Large Businesses and Small Businesses in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns). Results of this Sources Sought Notice will be used to determine potential levels of competition available in the industry, and establish an acquisition strategy, whether full and open, small business set-aside or sole source. If a solicitation is issued as a small business set-aside, FAR 52.219-14, Limitations on Subcontracting will apply. Note that, if there is sufficient demonstrated interested and capability among small business contractors, a key factor in determining if an acquisition will be a Small Business Set-Aside is that two or more potential small business prime contractors must be capable of performing at least 50% of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14, Limitations on Subcontracting. If it is determined that a small business set-aside is appropriate and your company anticipates submitting a proposal as the prime contractor for a small business set-aside, please provide specific details and rationale as to how compliance with FAR clause 52.219-14 would be achieved, including specific details regarding teaming arrangements, etc. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. Companies may be contacted directly if we need further information to fully understand the marketplace. ANTICIPATED REQUIREMENT DESCRIPTION: The 109 th has a special purpose requirement to support aircraft recoveries under remote conditions. The 109AW operates in extreme polar conditions in remote regions. In these regions, when there is a maintenance issue with the aircraft, all repairs are performed out in the elements. The 109th is seeking a portable shelter that would protect its personnel and the aircraft from the elements. There is currently nothing in the AF inventory that would fit these requirements and would perform to environmental and location conditions. 109AW special purpose shelter requirements are: A. Able to support polar operations in a wartime tasking environment B. LC-130 transportable (less than 108" wide and 90" high) to allow transport to remote field camps. Remote transport on LC-130 is due to the fact these areas are only accessible by air and the LC-130 is the largest aircraft able to land at these locations. C. Capable of use in extreme conditions (high altitude: up to 13,000 ft. and extreme temps: -48C to +48C) D. Minimum coverage of aircraft engine and the hoarse collar area, should be able to fit next to inboard engines around aircraft skis E. Needs to be able to withstand winds up to 25 knots F. Self-contained; able to be set up in minimum time at deployed location. Extreme temperatures that can cause further cold soak damage to the aircraft over time. G. Able to be set up on unstable, unprepared packed snow and icy surfaces in remote polar locations H. Able to be set up in less than 30 minutes, exposure time to extreme temperatures make this a must have. I. Able to be taken down quickly and be anchored to keep it from moving during high winds. J. Additional capabilities of the shelter should have capacity to be placed over the nose to allow coverage during nose ski and window changes In response to this sources sought, please provide: 1. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, and a statement regarding small business status (if applicable) and the corresponding NAICS code. 2. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 3. Information regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. 4. Information to help determine if the requirement is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. 5. Identify how the 109 th AW can best structure these contract requirements to facilitate competition and/ or improve responsiveness from industry participants. 6. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. 7. Recommendations to improve the approach and/or specifications for acquiring the identified items. 8. Please send responses to this sources sought directly to the following email addresses and include the subject line as "109 th AW - Inflatable Shelter Sources Sought Company Name ": nicholas.b.bastiani.mil@mail.mil and Kathleen.a.reilly2.mil@mail.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA30-4/109AW-Inflatable_Shelters/listing.html)
- Place of Performance
- Address: 1 Air National Guard Road, Scotia, New York, 12302, United States
- Zip Code: 12302
- Zip Code: 12302
- Record
- SN04601983-W 20170729/170727233506-fe1516e1442830ab4962b4d74dfe218d (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 |