Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 20, 2020 SAM #6778
SOURCES SOUGHT

16 -- F-35 Lighting Protection

Notice Date
6/18/2020 4:10:18 PM
 
Notice Type
Sources Sought
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
FA5004 354 CONS PK EIELSON AFB AK 99702-2200 USA
 
ZIP Code
99702-2200
 
Solicitation Number
FA5004-20-SS-LightingRods
 
Response Due
6/29/2020 3:00:00 PM
 
Archive Date
07/14/2020
 
Point of Contact
Marta Burke, Phone: 9073773519, Marcus Olearnick, Phone: 9073775080
 
E-Mail Address
marta.burke@us.af.mil, marcus.olearnick@us.af.mil
(marta.burke@us.af.mil, marcus.olearnick@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
������������ F-35 Lightning Rod�s This is a SOURCES SOUGHT/REQUEST FOR INFORMATION NOTICE only for the purpose of Market Research. Response to this notice will be used for information and planning purposes. No proposals or quotes are being requested or accepted with this notice. THIS IS NOT A SOLICITATION FOR PROPOSALS or QUOTES and NO CONTRACT SHALL BE AWARDED FROM THIS NOTICE. This notice shall NOT be construed as solicitation or as an obligation on the part of the Department of the Air Force. Responses to this sources sought is not a request to be added to a prospective bidders list or to receive a copy of the solicitation. Proposed work to be performed under the aforementioned contract is anticipated to be within the following North American Industry Classification System (NAICS) codes as follows: 238290 and the Small Business Size Standard is $15 Million. The government is looking for businesses to provide twelve (12) F-35 Lightning Rod�s (See details below). Protects aircraft 24/7 when parked in open, austere, and lightning conditions are forecasted/exists. Minimum height of 50 feet. Designed to conduct a lightning strike with a magnitude of up to 200 kA. Supplied with a grounding cable that is a minimum of 50 feet in length and a wire gauge of 2/0 AWG. Withstands exposure to rainfall at rate of 1.4 inches per hour, winds up to 120 mph without being fastened to the ground, and ice accretion of up to 3 inches. Operates and stored at temperatures of negative 60 degrees to 160 degrees. Approved for use on F-35. The contractor will provide installation and shipping. The product will be delivered to Eielson Air Force Base (AFB), Alaska. The U.S.A.F. is requesting the following information from interested vendors: 1) Company name and contact information to include phone number and email. 2) Contractor capability statement. 3) DUNS number and CAGE code. 4) Contractor request for details/facts to be provided by the government as part of an eventual solicitation package to allow for accurate contractor quotes. 5) Business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUBZone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business) based upon North American Industry Classification System (NAICS) code 238290 , size standard of $15 Million. 6) What is a reasonable amount of lead time for product to be delivered? 7) Please detail any onsite options that your company may offer. 8) Provide any additional information that your firm feels the government should consider for this type of requirement. Interested parties should send all information via email to A1C Marta Burke at marta.burke@us.af.mil and to SrA Marcus Olearnick at marcus.olearnick@us.af.mil. NO PHONE CALLS WILL BE TAKEN IN RESPONSE TO THIS SOURCES SOUGHT/REQUEST FOR INFORMATION. Information must be submitted to the previously stated point of contact no later 2:00 PM Alaska Standard Time on 29 June 2020. An actual solicitation may be issued in the next few weeks. The closing date and time for submission of offers will be contained in the solicitation package. Paper copies will NOT be available. The entire solicitation, including the specifications and/or drawings, will be made available only on the Federal Business Opportunities Web Site at http://www.fedbizopps.gov. Interested Parties are solely responsible for monitoring the aforementioned site for the release of the solicitation package and/or any updates and/or amendments to any and all subject documents. It is the sole responsibility of all Interested Parties to register for notification updates to any and all subject documents for the said action. All contractors MUST be registered in the System for Award Management database or their proposal will not be considered. Contractors can obtain further information on the System for Award Management at web site https://www.sam.gov. This announcement shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. In the event a solicitation is developed, it will be assigned a formal Request for Proposal (RFP) number and the announcement will be published on the FedBizOpps website at www.fbo.gov. Potential interested parties are responsible for monitoring this site for the release of the solicitation package as well as downloading their own copy of the solicitation and amendments, if any.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/7892d74818dd4018ab32302f11075cd9/view)
 
Place of Performance
Address: Eielson AFB, AK 99702, USA
Zip Code: 99702
Country: USA
 
Record
SN05696306-F 20200620/200618230204 (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.