SOURCES SOUGHT
58 -- Integrated DAMA GATM Amplifier/Filter Assembly (IDG)
- Notice Date
- 7/26/2018
- Notice Type
- Sources Sought
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, PK/PZ - Robins AFB, 215 Page Rd, Robins AFB, Georgia, 31098-1611, United States
- ZIP Code
- 31098-1611
- Solicitation Number
- FA8539-18-RFIIDG
- Archive Date
- 8/25/2018
- Point of Contact
- Vondora Bell, Phone: 478-926-2832, Antwan T. Thomas, Phone: 4789262802
- E-Mail Address
-
vondora.bell@us.af.mil, Antwan.thomas@us.af.mil
(vondora.bell@us.af.mil, Antwan.thomas@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Integrated DAMA GATM Amplifier/Filter Assembly (IDG) PURPOSE DESCRIPTION The Government is conducting market research to identify potential sources that possess the repair data, expertise, capabilities, and experience to meet qualification requirements to repair IDG components. The level of security clearance and amount of foreign participation in this requirement has not been determined. RMC/ RMSC code is R4/R. The Government does not own or have access to the data for these items. The Government has determined that this system is a commercial item. Commercial item descriptions, commercial vendor catalog or price lists or commercial manuals assigned a technical manual number apply. No example is available. Contractor shall furnish all material, support equipment, tools, test equipment, and services. The contractor is responsible for providing, maintaining, and calibrating all support equipment required at their facility or a subcontractor's facility. Contractor furnished material or parts used for replacement shall equal or exceed the quality of the original material or parts. This procurement initiative would cover Depot level repair services of the National Stock Number (NSN) 5895-01-597-8659 and Part Numbers (PN) 734-10030-5 which are part of the Integrated Demand Assigned Multiple Access and Global Air Traffic Management system to all USAF E-3 Sentries. The Original Equipment Manufacturer (OEM) Pole/Zero Acquisition is the sole owner of the technical data needed for Depot level repair of this item. The Government does not own any of the data needed to perform Depot level repair of this item. Contractors/Institutions responding to this market research are placed on notice that participation in this survey may not ensure participation in future solicitations or contract awards. The government will not reimburse participants for any expenses associated with their participation in this survey. If, after reviewing these documents, you desire to participate in the market research, you should provide documentation that supports your company's capability in meeting these requirements. Failure to provide documentation may result in the government being unable to adequately assess your capabilities. If you lack sufficient experience in a particular area, please provide details explaining how you would overcome the lack of experience/capabilities in order to perform that portion of the requirement (i.e., teaming, subcontracting, etc.) Both large and small businesses are encouraged to participate in this Market Research. Joint ventures or teaming arrangements are encouraged. This requirement is for repair services. Our repair services strategy is a five-year contract (basic plus four ordering periods). Part I. Business Information Please provide the following business information for your company/institution and for any teaming or joint venture partners: • · Company/Institute Name: •· Address: •· Point of Contact: •· CAGE Code: •· Phone Number: •· E-mail Address: •· Web Page URL: •· Size of business pursuant to North American Industry Classification System (NAICS) Code: •· Based on the above NAICS Code, state whether your company is: • Small Business (Yes / No) • Woman Owned Small Business (Yes / No) • Small Disadvantaged Business (Yes / No) • 8(a) Certified (Yes / No) • HUBZone Certified (Yes / No) • Veteran Owned Small Business (Yes / No) • Service Disabled Veteran Small Business (Yes / No) • Central Contractor Registration (CCR). (Yes / No) •· A statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership). Written responses, no facsimiles or e-mails please, must be received no later than close of business 10 August 2018. Please mail two (2) copies of your response to: AFMC 407 SCMS/GULAA Attn: Vondora Bell 235 Byron Street, Suite 19A Robins AFB, GA 31098-1670 Questions relative to this market research should be addressed to Vondora Bell (478) 926-2832. Part II. Capability Survey Questions A. General Capability Questions: 1. Describe briefly the capabilities of your facility and the nature of the goods and/or services you provide. Include a description of your staff composition and management structure. 2. Describe your company's past experience on previous projects similar in complexity to this requirement. Include contract numbers, a brief description of the work performed, period of performance, agency/organization supported, and individual point of contact (Contracting Officer or Program Manager). 3. What quality assurance processes and test qualification practices does your company employ? Please provide a description of your quality program (ISO 9001, AS9100, etc.) 4. What is your company's current maximum production capacity per month? Provide information on any facility reserves you may possess to increase production capacity in the event of an immediate need do to critical operational mission requirements. B. Capability Survey Questions 1. Describe briefly the capabilities of your facility and nature of the goods and/or services you provide. 2. Specific to the NSN on this RFI which you identify capability for, briefly describe your company's experience on Government or Commercial contracts as a prime or sub-vendor, a brief description of the work performed, agency/organization supported, and individual point of contact (Contracting Officer or Program Manager). C. Commerciality Questions: 1. Are there established catalog or market prices for our requirement? If you offer this product and/or service to both U.S. Government and commercial sources, is the same workforce used for both the U.S. Government and general public? Is our requirement offered to both under similar terms and conditions? Briefly describe any differences. 2. Describe your standard warranty and return process for goods and services furnished to the government for items similar in nature to this requirement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/FA8539-18-RFIIDG/listing.html)
- Record
- SN05008510-W 20180728/180726231102-8236e1698fef74544995b3f2a9869377 (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 |