Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 30, 2018 FBO #6124
MODIFICATION

70 -- Source Sought Annoucement for Brand Name or Equal of the AIROPs Airfield Inspection & Reporting Software and Tablet - Q&A's as of 28 Aug 18 - Amendment 3

Notice Date
8/28/2018
 
Notice Type
Modification/Amendment
 
NAICS
334614 — Software and Other Prerecorded Compact Disc, Tape, and Record Reproducing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 763rd SCONS, 507 Symington Drive, Room W202, Scott AFB, Illinois, 62225-5022, United States
 
ZIP Code
62225-5022
 
Solicitation Number
AFICA-FA4452-18-R-0084
 
Point of Contact
Allye Wuest, Phone: 6182569957, Sarah C. Myers, Phone: 618-256-9948
 
E-Mail Address
allye.wuest@us.af.mil, sarah.myers.3@us.af.mil
(allye.wuest@us.af.mil, sarah.myers.3@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Mod 1 Sources Sought Q&A as of 28 Aug 18 SOURCES SOUGHT ANNOUNCEMENT The 763 rd Specialized Contracting Squadron (763 SCONS) i s seeking sources that can provide the Brand Name or Equal of the AIROPs Airfield Inspection & Reporting Software and a tablet. This software and tablet is to be used to conduct a minimum of one daily airfield inspection to ensure a safe operational environment for aircraft operations. CONTRACTING OFFICE ADDRESS: 763d Specialized Contracting Squadron (763 SCONS/PKC) 510 POW/MIA Drive, Bldg P40, Suite E1004 Scott AFB, 62225-5022 INTRODUCTION: This is a SOURCES SOUGHT to determine the availability and technical capability of large and small businesses (including the following subsets, Small Disadvantaged Businesses, HUBZone Firms; Certified 8(a), Service-Disabled Veteran-Owned Small Businesses and Woman Owned Small Business) to provide the required products and/or services. DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. REQUIRED CAPABILITIES: The 763 SCONS/PKC is seeking potential sources capable of providing the following Brand Name or Equal AIROPs Airfield Inspection & Reporting Software and a tablet that meets all the minimum specifications listed in Attachment 1- AIROPs Airfield Inspection & Reporting Software Minimum Specifications and Attachment 2- Tablet Minimum Specifications. Delivery of the items will be to Joint Base Andrews in Maryland, Joint Base McGuire-Dix-Lakehurst in New Jersey, Dover Air Force Base in Delaware, and Travis Air Force Base in California. Each location requires the delivery of one (1) Brand Name or Equal AIROPs Airfield Inspection & Reporting Software and one (1) Tablet. Before delivery, the contractor shall preload the tablet with the Brand Name or Equal AIROPs Airfield Inspection & Reporting Software. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE: The anticipated North American Industry Classification System Code (NAICS) for this requirement is 334614 (Software and Other Prerecorded Compact Disc, Tape, and Record Reproducing), with the corresponding size standard of 1,250 people. In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications. Responses must demonstrate the company's ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14). SUBMISSION DETAILS: Responses should include: 1) Business name and address; 2) Name of company representative, business title and email; 3) Large or Small Business Size and Type of Small Business (if applicable); 4) Cage Code; 5) DUNS Number; 6) Contract vehicles that would be available to the Government for the procurement of the product and service, to include ENCORE II, General Service Administration (GSA), GSA MOBIS, NIH, NASA SEWP, Federal Supply Schedules (FSS), or any other Government Agency contract vehicle. (This information is for market research only and does not preclude your company from responding to this notice.) 7) Estimated delivery time after receipt of order. 8) If the vendor has an or equal item please provide a description and specifications of the product that will meet the minimum specifications of the Government's needs. •) Provide any comments, questions or concerns you have the with the anticipated NAICS or specifications. Vendors who wish to respond to this should send responses via email NLT 5 Sep 18 at 12:00 PM Central Time (CT) to Ms. Allye Wuest, allye.wuest@us.af.mil and Ms. Sarah Myers, sarah.myers.3@us.af.mil. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All government and contractor personal reviewing sources sought responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/AMCLGCF/AFICA-FA4452-18-R-0084/listing.html)
 
Place of Performance
Address: Scott AFB, Illinois, 62225-5022, United States
Zip Code: 62225-5022
 
Record
SN05060247-W 20180830/180828231546-f1d44c29a3b2ffac332d1f885fcca916 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.