SOURCES SOUGHT
59 -- EOD Large Robots - Sources Sought Package
- Notice Date
- 4/16/2018
- Notice Type
- Sources Sought
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- AFICA - AFICA- CONUS
- ZIP Code
- 00000
- Solicitation Number
- FA8051-18-RFI-EODRobots
- Archive Date
- 6/12/2018
- Point of Contact
- Zach A. Martens, Phone: 8502836230, Joseph R. Willard, Phone: 8502836942
- E-Mail Address
-
zachary.martens@us.af.mil, joseph.willard@us.af.mil
(zachary.martens@us.af.mil, joseph.willard@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Attachment 1 - Questionnaire Sources Sought announcement ****A PDF of the attached will be included**** AFICA 772d Enterprise Sourcing Squadron SOURCES SOUGHT NOTICE •A. This notice is issued as a Sources Sought Announcement for INFORMATION PUPOSES ONLY. This notice DOES NOT constitute a Request for Proposal or complete package outlining the technical competencies/qualifications of the prospective contractor, nor does it represent any commitment by the Government. Since this is a Sources Sought announcement, no evaluation letters and/or results will be issued to the respondents. No reimbursement will be made for any costs associated with providing information in response to this announcement. No telephone calls will be accepted requesting a bid package or solicitation. A solicitation does not presently exist. •B. The United States Air Force (USAF) has a requirement in support of Directorate of Air Force Civil Engineer Center (AFCEC) Readiness Directorate (CX) for the purchase of Explosive Ordinance Device (EOD) Large Robot. AFCEC EOD is seeking a large robot to replace the Remotec F6A robot. The F6A is rapidly coming to the end of its lifecycle, many F6A robots are 20+ years old. As a result, the Government is looking to procure a new, updated robot that has technology improvements over the current F6A robot. The large robot must be all-terrain-all weather not exceed 30 inches in width as it must fit in the Base Response Vehicle (BRV). The intent is to eventually award a multiple year contract to allow for the acquisition of EOD Large Robots. In order for the USAF to better understand the capabilities of the vendors that deal with EOD Large Robots, please address the questions below as well as the questions in Attachment 1, Questionnaire. Ensure to answer each question referenced below about the product that is being offered or manufactured by your company. Questions to Answer in Response of Sources Sought: •1. What is the name, address, CAGE code, and DUNS number of your business? •2. Provide a point of contact (POC) to include name, telephone number and email address. •3. Based on the FAR 2.101 definition of "commercial item", would you consider the product you would provide a commercial item? •4. Specify your business type (large business, small business, small disadvantaged business, 8(a) certified small disadvantaged business, HUBZone small business, woman-owned small business veteran-owned small business, service-disabled veteran-owned small business) based upon North American Industry Classification System (NAICS) 334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing, will be utilized for this acquisition. The small business size standard for this NAICS is 1,250 employees. Provide any additional NAICS code with justification that you would recommend as being more applicable. •5. Please provide your thoughts on whether subcontracting opportunities are available and what goals would be appropriate. Please include supporting rationale. •6. Identify any projects completed in the past three (3) years for the same or similar items to help determine your firm's capability in meeting the requirement for the items listed. Include any government contracts (Federal, State, or local) that you have been awarded for this type of requirement. Also, include the contract number and a government point of contact. Please also provide subcontracting percentages and dollars for the projects identified. •7. Is this product available on a GSA Schedule? If so, please provide the GSA Schedule number and part number. •8. Are you the manufacturer or distributor of the product you are proposing? If you are not the manufacturer, who is the manufacturer? •C. The Government is performing market research primarily in order to determine if there are firms that possess the capability to execute the requirements for this sources sought. Therefore, we further invite all business concerns to provide a capability statement in response to this requirement. Prospective contractors shall be registered in the System for Award Management (SAM) prior to award of any Federal Government contract. Contractors are encouraged to obtain further information on SAM registration at the following website: https://www.sam.gov/portal/public/SAM/. This announcement does not obligate the Government to award a contract nor does it obligate the Government to pay for any preparation costs. •D. If your firm would be interested in such work, you are strongly encouraged to submit a capability statement that addresses as a minimum, the questions presented within this announcement. The Government does not intend to rank submittals or provide any reply to interested firms. •E. All responses shall be received by 28 May 2018 at 1:00 PM central time. Responses shall be no more than 60 pages (single spaced, front and back, no smaller than Times New Roman, font size 12). If submissions exceed the page count noted, the Government will only review the first 60 pages and disregard the remainder of the submission. Extraneous materials (brochures, manuals, etc.) will not be considered. Questions concerning this announcement shall be submitting in writing via email to Contracting Officer, Joseph Willard (email: joseph.willard@us.af.mil ) and the Contract Administrator, Zachary Martens (email: zachary.martens@us.af.mil ) by 2 May 2018 at 1:00 PM central time. The Government does not intend to rank submittals or provide any reply to firms as it relates to the Government's review of the data submitted in response to this announcement. List of Attachments: Attachment 1 - Questionnaire
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/717494c6fb10f40169296f703203bf6b)
- Record
- SN04890568-W 20180418/180416230803-717494c6fb10f40169296f703203bf6b (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 |