SOURCES SOUGHT
99 -- Improved Personnel Lowering Device Request for Information
- Notice Date
- 11/15/2019 10:08:29 AM
- Notice Type
- Sources Sought
- NAICS
- 339113
— Surgical Appliance and Supplies Manufacturing
- Contracting Office
- FA8606 AFLCMC WNUK WRIGHT PATTERSON AFB OH 45433-7205 USA
- ZIP Code
- 45433-7205
- Solicitation Number
- WNUK-20-003
- Response Due
- 11/27/2019 9:00:00 AM
- Archive Date
- 12/12/2019
- Point of Contact
- Ryan MahoneySteve Bauer
- E-Mail Address
-
ryan.mahoney@us.af.mil, steve.bauer.5@us.af.mil
(ryan.mahoney@us.af.mil, steve.bauer.5@us.af.mil)
- Description
- Improved Personnel Lowering Device Request for InformationRFI #WNUK-20-003General Introduction: 1. This announcement constitutes a Request for Information (RFI). Air Force Life Cycle Management Center (AFLCMC) Human Systems Program Office (AFLCMC/WNU) is conducting a market assessment to identify potential sources that may possess the expertise, capabilities, and experience to respond to the requirements listed in this document. AFLCMC/WNU is issuing this RFI to explore cost effective options that are already developed to provide this capability and to obtain valuable feedback in regards to the requirements for the Improved Personnel Lowering Device (IPLD) Program. This RFI is issued for information and planning purposes only. Information received in response to this RFI may be considered in determining the acquisition strategy for the IPLD Program. 2. This is not a request for competitive proposals. Respondents 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. 3. AFLCMC is not seeking proposals at this time and will not accept unsolicited proposals.4. Not responding to this RFI does not preclude participation in any future Request for Proposal (RFP), if one is issued. Small businesses are encouraged to provide responses to this RFI in order to assist the program office in determining potential levels of competition available in the industry, as well as, helping to establish a basis for developing any subsequent subcontracting goals. The acquisition strategy is still being determined. The market research results will assist the Air Force in determining the number of potential sources; small business interest; and whether this requirement can be met with a commercially available off-the-shelf (COTS) item. 5. If there is sufficient demonstrated interest and capability among small business contractors, 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) clause 52.219-14, “Limitations on Subcontracting”. Note: The Non-manufacturer Rule exception applies to this acquisition (see FAR 19.102(f) for more details). 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 52.219-14 will 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. If this effort is not set-aside for small business, small business utilization will be considered. Large and small businesses should provide a reasonable expectation for small business utilization as a percent of total contract value, as well as supporting rationale for the recommended percentage.6. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract. It is the responsibility of the interested parties to monitor the beta.sam.gov (formerly www.fbo.gov) site for additional information pertaining to this RFI.7. Respondents 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, or to later publish a solicitation, or to award a contract based on this information.8. Companies may be contacted if additional information is needed to fully understand the marketplace and/or comments to the requirements presented below.Purpose: The purpose of this RFI is to gather information on the current state and availability of vendors capable of providing an already developed personnel lowering device that can alleviate the current issues of the device being uncomfortable, bulky, and damaging to flight crew equipment.IPLD Requirements: Air Force Global Strike Command (AFGSC) is seeking an already developed COTS personnel lowering device system that can be tailored to meet the needs of the Air Force, if necessary. This new personnel lowering device system will be more comfortable for personnel and integrate better with Aircrew Flight Equipment (AFE) gear than the existing Personnel Lowering Device (PLD). The requirements for this device are in Attachment One.The PLD system is a unique and significant piece of AFE. The PLD was developed during the Vietnam War to allow pilots and parachutists to safely lower themselves from trees in Southeast Asia. The PLD has not changed since the first design and implementation, and the Air Force is in need of an updated device. The current device is uncomfortable, bulky, and damages flight crew equipment. RFI Responses:1. Provide your Request for Information responses to steve.bauer.5@us.af.mil and ryan.mahoney@us.af.mil by 9:00am EST 27 November 2019. Title e-mail responses in the subject line of the e-mail as follows: “Response to IPLD Request for Information #WNUK-20-003.”2. Responses shall include the following information:• Company/Institute name• Address• Point of Contact• Cage Code• DUNS Number• Phone Number• E-mail Address• Web page URLIn addition to adhering to the guidance given in regards to the response to this RFI, please state if you would be interested in presenting your item to the government, and can present that item no later than 20 Dec 2019. If you state that you would like to present, The Human Systems Program Office will reach out with further instruction.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 SAM. 4. The NAICS Code for this action is 339113 size standard 750 employees. Based on the NAICS Code, state whether your company qualifies as a:• Small Business (Yes/No)• Women-Owned Small Business (Yes/No)• Economically Disadvantaged Small Business Women-Owned Small Business (Yes/No)• 8(a) Certified (Yes/No) Date certified: ____________________• 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).5. Please limit your responses to no more than 10 pages, to include product sheets, test data, graphs, charts and answers to the questions above; and, identify a representative to support further Government inquiries and requests for clarification of the information provided, if needed. Marketing materials are considered an insufficient response to this Request for Information.6. Respondents 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. Responses to questions from interested parties will be promptly answered and posted on the beta.sam.gov 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 respondents 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 respondents after the RFI assessments are completed.2. Point of Contact (POC) for this RFI:Contracting Office Address Bldg. 121981 Monahan WayWright-Patterson AFB, Ohio 45433Verbal questions will NOT be accepted. All questions will be answered via posting answers to this beta.sam.gov 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 27 November 2019. 
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/5735c500ad5242d385438bad3c719a83/view)
- Place of Performance
- Address: OH-05, OH, USA
- Country: USA
- Country: USA
- Record
- SN05496984-F 20191117/191118090854 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |