SOURCES SOUGHT
U -- Foreign Adversary Aircraft Support
- Notice Date
- 5/26/2020 10:51:59 AM
- Notice Type
- Sources Sought
- NAICS
- 611512
— Flight Training
- Contracting Office
- COMMANDING OFFICER TWENTYNINE PALMS CA 92278-8108 USA
- ZIP Code
- 92278-8108
- Solicitation Number
- MCAGCC20-0001
- Response Due
- 6/25/2020 3:00:00 PM
- Archive Date
- 07/10/2020
- Point of Contact
- April McNellie, Phone: 7608305125, Patrick L. Doyle, Phone: 7608305115
- E-Mail Address
-
april.mcnellie@usmc.mil, patrick.doyle@usmc.mil
(april.mcnellie@usmc.mil, patrick.doyle@usmc.mil)
- Description
- THIS IS A SOURCES SOUGHT SYNOPSIS ONLY.� THIS IS NOT A SOLICITATION, NOR REQUEST FOR QUOTATION.� NO CONTRACT WILL BE AWARDED FROM THIS REQUEST FOR INFORMATION.� PLEASE DO NOT REQUEST A COPY OF A SOLICITATION, AS ONE DOES NOT EXIST. The Marine Corps Regional Contracting Office Northwest (RCO-NW) located in Twentynine Palms, CA is seeking qualified sources for information and planning purposes only.� It is not to be construed as commitment by the government, implied or otherwise, to issue a solicitation or award a contract.� The purpose of this request for information is to gain knowledge of commercially available services that may be of interest to the RCO-NW.� No reimbursement will be made for any costs associated with providing information to this request for information, nor any subsequent exchanges.� RCO-NW is performing market research to determine available sources that can provide: Foreign Adversary Aircraft Support for Marine Aviation Weapons and Tactics Squadron One (MAWTS-1), Marine Corps Air Station (MCAS), Yuma, AZ The REQUIRED aircraft shall be either a Mi-24 HIND or Mi-17 HIP and capable of using tracking pods compatible with the Tactical Air Combat Systems Range at MCAS Yuma, Arizona.� If deemed necessary, OPTIONAL aircraft is an AN-2 Colt that is capable of using tracking pods compatible with the Tactical Air Combat Systems Range at MCAS Yuma, Arizona.� NOTE:� The Performance Work Statement (PWS) provided in this notice is a draft PWS only, and it is subject to change prior to the release of any formal solicitation. Responses to this notice shall include the following information: Company Name Address Telephone number Point of contact Email DUNS CAGE Code; Additional information that will help the Government to understand the capability of your company to perform the required services such as capability statement, product catalog, or informative marketing material. The �anticipated North American Industrial Classification System (NAICS) Code is 611512 Flight Training with an associated U.S. Small Business Administration size standard of $30 million.� The anticipated Product Service Code (PSC) is U013 Education/Training � Combat.� Please identify if you believe a more appropriate NAICS/PSC exists. In addition to the above, please provide the following information: Is your business a large or small business under this NAICS Code? If small, please indicate if your firm is: a certified Section 8(a) of the Small Business Act; certified as a HUBZone concern; a woman-owned small business; and/or service-disabled veteran-owned small business. Have you contracted these services to any government agencies?� If so,� please provide the name of the agency and contract number(s). How could the Government revise this requirement to better reflect commercial industry standards? Based upon the PWS attached, are there any aspects that are vague and do not allow a clear understanding of the Government�s requirements? Would your company seriously consider submitting a technically viable proposal for this requirement in any forthcoming solicitation(s)? No proprietary, classified, confidential, or sensitive information should be included in your response.� The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s). Interested parties should email the following information to: Ms. April McNellie at april.mcnellie@usmc.mil with the Subject Line: Foreign Adversary Aircraft Support.� All information should be provided electronically in a Microsoft Word or Adobe PDF format. TELEPHONE RESPONSES WILL NOT BE ACCEPTED. Responses must be received no later than 3:00 PM, Pacific Daylight Time, Thursday, June 25, 2020. In accordance with Federal Acquisition Regulation (FAR) 9.104-1: To be determined responsible, a prospective contractor must: (a) have adequate financial resources to perform the contract or the ability to obtain them; (b) be able to comply with the required or proposed delivery or performance schedule, taking into consideration all existing commercial and governmental business commitments; (c) have a satisfactory performance record; (d) have a satisfactory record of integrity and business ethics; (e) have the necessary organization, experience, accounting and operational controls, and� technical skills, or the ability to obtain them (including, as appropriate, such elements as production control procedures, property control systems, quality assurance measures, and safety programs applicable to materials to be produced or services to be performed by the prospective contractor and subcontractors; (f) have the necessary production, construction and technical equipment and facilities or the ability to obtain them; and (g) be otherwise qualified and eligible to receive an award under applicable laws and regulations.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/d4316a06cc2f4ca0b13be031f57db7fd/view)
- Place of Performance
- Address: Twentynine Palms, CA 92278, USA
- Zip Code: 92278
- Country: USA
- Zip Code: 92278
- Record
- SN05670782-F 20200528/200526230151 (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 |