Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 12, 2020 SAM #6678
SOURCES SOUGHT

R -- 45 Space Wing Pad Safety Support Contract

Notice Date
3/10/2020 10:59:49 AM
 
Notice Type
Sources Sought
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
Contracting Office
FA2521 45 CONS LGC PATRICK AFB FL 32925-3237 USA
 
ZIP Code
32925-3237
 
Solicitation Number
FA2521-20-X-PKDB
 
Response Due
3/31/2020 11:30:00 AM
 
Archive Date
04/30/2020
 
Point of Contact
Cartama M. Ramos-Crafton, Phone: 3214945051, Glenn Scanes, Phone: 3214944159
 
E-Mail Address
cartama.ramoscrafton@us.af.mil, glenn.scanes@us.af.mil
(cartama.ramoscrafton@us.af.mil, glenn.scanes@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
SOURCES SOUGHT:� THIS IS NOT A NOTICE OF REQUEST FOR PROPOSAL BUT INFORMATION AND PLANNING PURPOSES ONLY!� It does not constitute a solicitation and is not to be construed as a commitment by the Government.� Additionally, no reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests.� The ID number FA2521-20-X-PKDB shall be used to reference any written responses to this sources sought.� Purpose: �The purpose of this Sources Sought Synopsis (SSS) is to identify potential sources for a Small Business Set-Aside acquisition.� This SSS is issued solely to gain knowledge of interest, capabilities, and qualifications of various companies to provide this support. This is a SSS for market research purposes ONLY.� Patrick Air Force Base and the 45th Space Wing is requesting information to provide operational safety support to augment and operationally implement the Pad Safety program of the 45th Space Wing, specifically the contractor shall provide resources as necessary to support the 45th Space Wing Safety�s Pad Safety program as defined in Eastern and Western Range (EWR) 127-1 and/or AFSPCMAN 91-710/91-710.� No solicitation is available at this time.� Requests for a solicitation will not receive a response.� This SSS is open to all types of businesses including small businesses.� � �The information in this notice is based on current information available to date.� This information is subject to change and is not binding the Government.� Any updated information will be provided in future announcements and posted electronically on the Beta Sam website at https://beta.sam.gov/.� Failure to respond to this SSS will not preclude participation in any future solicitation, if issued.� � The proposed North American Industry Classification Systems (NAICS) Code is 541715.� The Government will use this information to determine the best acquisition strategy for this procurement, however, our intent is to award as a Small Business Set Aside.� The Government is interested in all businesses to include Small Businesses, Small Disadvantaged Businesses, 8(a), Veteran Owned Small Businesses, Service-disabled Veteran-Owned Small Businesses, HUBZone Small Business, and Women-Owned Small Business concerns.� The Government request that interested parties respond to this notice if applicable and identify your small business status to the identified NAICS code. Program Requirements:� The contractor must demonstrate the capability to provide a broad knowledge of safety specific skills that include the analysis, identification, and mitigation of hazards associated with numerous systems employed in the space launch industry.� These systems include but are not limited to: Safety critical and hazardous material handling equipment used on the eastern range; systems creating acoustic hazards; cryogenic systems; ordnance systems; and solid and liquid propellant systems.� Offeror shall provide documented expertise in: Ensuring that solid and liquid propellant operations, ordnance operations, lifting operations are conducted safely; verifying installation and test of launch vehicle Flight Termination Systems (FTS); hazardous and safety-critical operations procedure reviews and operations safety plan development; operations safety specific inspections and on-site visits; and safety support for prelaunch and launch countdown operations including arriving within 90 minutes when notified of mishap and catastrophic event contingencies.� Contractor shall support required functions and operations at any location on CCAFS, Kennedy Space Center (KSC), and Patrick Air Force Base (PAFB) including supporting requests made less than 24 hours in advance to the maximum extent possible. �45 Range Safety may require remote location support, and may include Antigua, Ascension and other launch ranges/facilities operated by the US Government and contractors including Decatur AL, Sacramento CA, Denver CO, Brigham City and Magna UT, Kings Bay GA and Washington State.� Contractor shall attend and participate in safety-related meetings as deemed necessary by 45 SW Range Safety. �The contractor personnel shall be able to work overtime when no satisfactory alternative exists while complying with the work time limitation requirements of Eastern and Western Range (EWR) 127-1 and/or AFSPCMAN 91-710/91-710.� Required Information:� Response submittals should not be longer than ten (10) pages including graphics, tables, or photographs.� Provide the following information for your company and any teaming or joint venture partners: �Name of Company/Address; CAGE Code; DUNS Number; Point of Contact; Phone Number; Email Address; Web Page URL; Size of Business (i.e. Small Businesses, Small Disadvantaged Businesses, 8(a), Veteran Owned Small Businesses, Service-disabled Veteran-Owned Small Businesses, HUBZone Small Business, and Women-Owned Small Business), size relative NAIC Code 541715; and US or Foreign-Owned Entity � Capabilities: Please submit a Statement of Capabilities and brief information about your company and business size.� All interested firms should submit a capabilities package that outlines the firm�s capabilities in providing the required services.� Contractor is required to provide all management and labor required for the operation and management of the required services.� If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used.� The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements.� Recent, relevant experience in all areas should be provided.� Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided.� The capabilities packages should not be longer than ten (10) pages including graphics, tables, or photographs. �The Government will not be accepting capabilities statements from large businesses at this time due to the current contract being a small business set aside.� Please submit information electronically to the following e-mail addresses: cartama.ramoscrafton@us.af.mil and glenn.scanes@us.af.mil
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/6d1adb88586947a29273b09bd6821e53/view)
 
Place of Performance
Address: Cape Canaveral, FL 32920, USA
Zip Code: 32920
Country: USA
 
Record
SN05584997-F 20200312/200310230201 (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 |
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.