MODIFICATION
99 -- Sources Sought Rapid Acquisition Consortium and Support - Industry Day Information
- Notice Date
- 3/30/2018
- Notice Type
- Modification/Amendment
- NAICS
- 314999
— All Other Miscellaneous Textile Product Mills
- 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
- WNUK-18-008
- Archive Date
- 5/1/2018
- Point of Contact
- Kimberly Gonzalez, Phone: 9379043509
- E-Mail Address
-
kimberly.gonzalez.3@us.af.mil
(kimberly.gonzalez.3@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Industry Day Information AFLCMC/WNU Rapid Acquisition Consortium and Support (RACS) Request for Information (RFI): #WNUK-18-008 ­ General Introduction: 1. This announcement constitutes a Request for Information (RFI) only. The Air Force Life Cycle Management Center (AFLCMC) Human Systems Program Office (AFLCMC/WNU) is conducting a market assessment to identify potential contractors to serve as supply chain managers for Aircrew Flight Equipment (AFE) Commercial-Off-The-Shelf (COTS)/Modified COTS items (minor modifications to fit military applications) on a worldwide delivery basis. The intent is to form a consortium of multiple contractors from which to routinely bid on equipment delivery orders to meet the emergent needs of warfighters in the field. Contractors serving as supply chain managers are not envisioned to manufacture all items but to be able to coordinate procurement of a vast array of Aircrew Flight Equipment (AFE) rapidly. 2. Offerors shall provide information that demonstrates their expertise, capability, and experience to meet the requirements listed below: but note, that the list may not at this time be all inclusive for logistical support of AFE COTS/Modified COTS. AFLCMC/WNU is issuing this RFI to explore cost effective options and innovative teaming approaches for providing supply chain management logistical support for rapid procurement for authorized government customers. This RFI is issued solely for information and planning purposes and will be utilized in developing the acquisition strategy for AFLCMC/WNU. 3. This is not a request for a quote, request for proposal, or an invitation to bid, nor is this to 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 reimburse or pay for any information submitted in response to this RFI or any follow-up information requests. Responders are advised that the Government will not pay for any information or administrative cost incurred in response to this RFI. Please be advised that all submissions become Government property and will not be returned. All costs associated with responding to this RFI will be solely at the responding party's expense. 4. AFLCMC is not seeking proposals at this time, and will not accept unsolicited proposals. 5. Not responding to this RFI does not preclude participation in any future Request for Proposal (RFP), if any is issued. Small Businesses are encouraged to provide responses to this RFI in order to assist AFLCMC in determining potential levels of competition available in the industry, as well as helping to establish a basis for developing any subsequent subcontract plan goal percentages. T h e ac quisition st ra t e g y is still b e ing d e t er min e d. Market research results will assist the Air Force (AF) in determining whether this requirement will be a full and open, a small business set aside, or a sole source acquisition. Please be advised that the rules governing affiliation and ostensible subcontracting apply when determining size under the Limitations of Subcontracting, as does the Non-Manufacturer Rule if a supply North American Industry Classification System (NAICS) is chosen. Respondents should consider how the primary tasks identified in this RFI will be broken out between prime and sub-contractors to avoid ostensible subcontracting, and address in their response if necessary. 6. If there is sufficient demonstrated interest and capability among small business contractors, then it may be determined that a small business set-aside is appropriate. 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) 52.219-14, "Limitations on Subcontracting". I f it is d e t er min e d th a t a sm a ll busin e ss s e t -a side is a pp r op r i a te, a nd y our c o mp a n y a nti c ip a t e s submitting a p r opo s a l a s the p r ime c ont r a c tor f or a sm a ll busin e ss s e t -a sid e, pl e a se p r ovide s p ec i f ic d e t a i ls a nd ra tion a le a s to how c ompli a n c e with F A R 52.219 - 14 would be a c hi e v e d, in c luding s p ec i f i c d e t a ils r e g ar di n g t ea ming ar r a n g e m e nts, e t c. I f sub c ont r ac ts a r e to be us e d, p r ovide a nti c ip a t e d p er c e nt a g e o f eff o r t to be su b c ont rac t e d a nd wh e th e r sm a ll or l a r ge busin e ss e s will be u s e d. T ea mi n g a nd/or sub c ont rac ti n g a r ra n g e m e nts should be c l ear l y d e lin ea t e d a nd p r e vious e x p er i e n c e in t ea mi n g must be p r ovid e d. I f this eff o r t is not s e t -a side f or sm a ll busin e ss, sm a ll b u sin e ss util i z a tion will be c onsid e r e d. L a r ge a n d sm a ll busin e ss e s should p r ovide a r ea son a ble e x p ec t a tion f or sm a ll busin e ss util i z a tion a s a p erce nt o f tot a l c ont r a c t v a lue, a s w e ll a s suppo r ti n g ra tion a le f or t h e rec omm e nd e d p e r ce nt a g e. 7. If your company is capable of meeting some, but not all of the requirements stated in this RFI, please provide a response detailing the requirements you are capable of meeting. This will allow an assessment of whether or not breaking out a portion of the requirement for Small Business is possible and practicable. Any issues regarding Limitations on Subcontracting (including issues of affiliation and ostensibility) should be considered in your response. 8. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. It is the responsibility of the interested parties to monitor the FedBizOpps (FBO) web site: http://www.fedbizoppsgov.com/ for additional information pertaining to this RFI. 9. Responders are solely responsible for all expenses associated with responding to this inquiry. This announcement is not to be construed as a formal solicitation. It does not commit the Government to reply to the information received, to later publish a solicitation, or to award a contract based on this information. 10. Companies may be contacted if additional information is needed to fully understand the marketplace and/or comments to the requirements. 11. Responders should also state whether they are interested in being a prime contractor for this requirement or a subcontractor. Purpose: The Multi Award Contract (MAC) Indefinite Delivery Indefinite Quantity (IDIQ) is the contract vehicle to provide AFE equipment, supplies and ancillary services (to include but not limited to testing, logistics, etc. not to exceed 25% of value of delivery order). Supply chain manager(s) will be responsible for delivery of goods to various worldwide geographical locations. This contract will also allow for the "Try/Decide/Buy" ("TDB") methodology when/where applicable. "TDB" enables government customers to buy small quantity purchases in order to competitively evaluate/test performance prior to making final selection. Requirements: 1. The government is looking for contractors with demonstrated experience and ability as supply chain managers. In addition inter-service requirements may require use of this potential contract vehicle as well to fulfill mission needs. The scope of this potential contract would cover all products, ancillary services, delivery costs to various worldwide geographical locations, and logistical support needs for the AFE career field. The feedback received will be used to assess if the requirements are achievable within industry. 2. Any item required by the ordering activity for Aircrew Flight Equipment operations that is managed by or authorized for procurement by Aircrew Performance Branch (AFLCMC/WNU). The equipment covered consists of COTS and commercially modified items (commercial items requiring minor modification to fit military applications). In general, the scope includes operational equipment and related supplies and incidental services, including but not limited to: Aircrew Flight Clothing & Textiles, Uniforms, Cold Weather Clothing Systems, Visual Augmentation Equipment, Personal Protective Equipment, Helmets, Body Armor, Tactical Carriers, Individual Equipment, Lighting, Survival Equipment, Aircrew Support Equipment, Communication Equipment, Tactical Equipment, Load Bearing Equipment, Lethality Support Items, Boots, Gloves, Eye Protection, Egress Equipment, Aerial Insertion Equipment, Search & Rescue Equipment, Personnel Recovery Equipment, Medical Equipment, Power Management, Hydration, Electronics Test Equipment, Ancillary Services and Testing, Physiological Relief Equipment, and Ejection Seats The following are representative NAICS codes that may be used for this effort, but is not an all-inclusive list. Specific NAICS codes will be identified at the delivery order level. A NAICS code determination is not final for this acquisition. Please suggest a code or codes that you feel best represents the product, ancillary service, and/or logistical support provided by your company to support needs for the Aircrew Flight Equipment career field. 315990, 333314, 339113, 315280, 314999, 315210, 326199, 334220, 336413, 326299, 316998, 332215 Request for Information Responses: 1. Please provide your RFI responses to kimberly.gonzalez.3@us.af.mil and lance.sorensen@us.af.mil by 12:00pm EST on 16 Apr 2018. Title e-mail responses in the subject line of the e-mail as follows: "Response to Request for Information # WNUK-18-008 ". 2. Responses shall include the following administrative information: •· Company/Institute name •· Address •· Point of Contact •· Cage Code •· DUNS Number •· Phone Number •· E-mail Address •· Web page URL •· Is your company domestically or foreign owned? If foreign, please indicate the country of ownership. 3. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. The North American Industry Classification System (NAICS) code for this requirement, if applicable to the company's capabilities, should be included in the company's NAICS code listing in the SAM. 4. Please provide all relevant NAICS codes and state whether your company qualifies as a: •· Small Business (Yes/No) •· Woman Owned Small Business (Yes/No) •· Economically Disadvantaged Woman Owned Small Business (Yes/No) •· 8(a) Certified (Yes/No) If yes, SBA certification Date: ______________________ SBA Graduation Date: ______________________ •· HUB Zone Certified (Yes/No) •· Veteran Owned Small Business (Yes/No) •· Service Disabled Veteran Owned Small Business (Yes/No) •· Statement as to whether your company is domestically or foreign owned (if foreign owned, please indicate country of ownership). •· Per FAR 19.102(f), the end product furnished must be manufactured or produced in the United States or its outlying areas. If you are a small business concern and plan to respond to this SSS, please notify us of the location of your manufacturing process. In order to qualify as a small business for the purposes of this SSS, a company must either manufacture the end item, or qualify as a nonmanufacturer under FAR 19.102(f). 5. Please limit your responses to no more than 20 pages, to include product sheets, test data, graphs, charts and answers to the questions above; furthermore, identify a representative to support further Government inquiries and requests for clarification of the information provided, if needed. Marketing materials alone are considered an insufficient response. 6. Responders should indicate which portions of their responses are proprietary and mark accordingly. All information received in response to this RFI that is properly marked as "proprietary" will be handled accordingly. Proprietary information must be clearly marked on the outside container and on the materials inside. The Government shall not be liable for, or suffer any consequential damages, for any proprietary information not properly identified. Questions: 1. The Government invites industry to engage on one-on-one discussions during an Industry Day in Dayton, OH. Please contact the POCs, via email, to schedule a meeting by 16 Apr 18. 2. Responses to questions from interested parties will be promptly answered and posted on the FBO website, unless some release of proprietary information is involved or the answer addresses a question specific to a company or that company's response. Post submittal, one-on-one information sessions with responders are not contemplated; however, they may be offered to responders to clarify the Government's understanding of their submittal, the capability ramifications, or to discuss their business approach. Information feedback sessions may be offered to responders after the RFI assessments are completed. 3. AF Points of Contact (POC) for this RFI : Capt Kimberly Gonzalez, Contract Specialist kimberly.gonzalez.3@us.af.mil Lance Sorensen, Contracting Officer lance.sorensen@us.af.mil Contracting Office Address: Bldg. 12 1981 Monahan Way Wright-Patterson AFB, Ohio 45433 4. Verbal questions will NOT be accepted. Please use the Comment Resolution Matrix (CRM) to post questions and submit them to the POCs above by 6 Apr 2018. All questions will be answered via posting answers to this FBO website; except as provided above. Additionally, questions must NOT contain trade secrets or classified information. The Government reserves the right to not address questions received after 6 Apr 2018.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/WNUK-18-008/listing.html)
- Record
- SN04873330-W 20180401/180330230834-f1cc696e3595e04458d34d4a41378dd1 (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 |