Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 01, 2022 SAM #7336
SOURCES SOUGHT

66 -- High Output Temperature Infrared Cryogenic Emitter (HOT ICE) Infrared Scene Projectors (IRSP) for the Guided Weapons Evaluation Facility (GWEF)

Notice Date
12/30/2021 8:42:08 AM
 
Notice Type
Sources Sought
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
FA2487 AFTC PZIE EGLIN AFB FL 32542-6886 USA
 
ZIP Code
32542-6886
 
Solicitation Number
FA2487-22-R-HOTI
 
Response Due
1/18/2022 6:00:00 AM
 
Point of Contact
Tasha L. Monan Sharon, Kenneth McIntosh, Phone: 8508824141
 
E-Mail Address
tasha.monan-sharon@us.af.mil, Kenneth.mcintosh.1@us.af.mil
(tasha.monan-sharon@us.af.mil, Kenneth.mcintosh.1@us.af.mil)
 
Description
This Sources Sought Synopsis is conducted to identify potential sources capable to provide High Output Temperature Infrared Cryogenic Emitter (HOT ICE) Infrared Scene Projectors (IRSP) for the Guided Weapons Evaluation Facility (GWEF), 782 Test Squadron, Eglin Air Force Base, Florida.� This Sources Sought Synopsis is published for market research purposes only. A DRAFT Statement of Work (SOW) and technical requirements document (TRD) is included with this notice.� It should be noted these documents are strictly for acquisition planning purposes and should not be considered a final document for future procurement actions.� Interested sources who believe they can meet these requirements should provide a statement of capabilities that provides the following information related to their demonstrated experience and capabilities: (a) Contract information and program information describing your experience in the past three years relative to the objectives and tasks identified below. (b) Demonstrated capability in each of the following areas: Demonstrated capability in developing IR scene projectors. Demonstrated capability for technical analysis including:� providing previously completed analysis, reports, and studies demonstrating impartial, expert consultations to senior level decision makers (General Officer and Senior Executive Service members). All interested organizations are encouraged to submit capabilities packages addressing the specific criteria identified in paragraph (b) above.� The packages will be reviewed according to these criteria.� It is the policy of the Government to provide maximum practicable opportunities in its acquisitions to small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business concerns.� The resulting evaluation of all organizations providing capabilities packages will be considered in determining the acquisition strategy, specifically in determining for which (if any) small-business concerns this acquisition will be set-aside in accordance with FAR 19.5. The Air Force anticipates utilizing a Firm-Fixed Price (FFP) contract. The Air Force anticipates the delivery period of 24 months. The proposed North American Industry Classification System (NAICS) code for this acquisition is 334513, with a small business standard size of 750 employees.�In the response, interested sources should identify company name, point of contact, e-mail address, telephone, Federal CAGE Code, Data Universal Numbering System (DUNS) number, facsimile numbers, and type and business size indicating whether you are a small or large business for the purposes of the assigned NAICS.� All prospective contractors must be registered in the System for Acquisition Management (SAM) database to be awarded a DoD contract. Prospective contractors are cautioned to ensure that the proper NAICS code appears in their SAM registration.� The Air Force has not yet determined the acquisition strategy for this requirement, including whether a set-aside strategy is applicable.� Limit your response to this market survey to a maximum of 10 pages. Submissions shall be e-mailed to kenneth.mcintosh.1@us.af.mil and tasha.monan-sharon@us.af.mil Note: If any portion of this requirement results in a small business set aside, that portion shall be performed in accordance with FAR 52.219-14, Limitations on Subcontracting, which requires a small business firm to perform at least 50% of the total requirement using employees within its own company. An Ombudsman has been appointed to address the concerns of offerors or potential offerors.� The Ombudsman does not diminish the authority of the Program Manager or Contracting Officer, but communicates Contractor concerns, issues, disagreements, and recommendations to the appropriate Government personnel.� When requested, the Ombudsman shall maintain strict confidentiality as to the source of the concern.� The Ombudsman does not participate in the evaluation of proposals or in the source selection process.� Matters of routine or administrative nature concerning this acquisition should not be addressed to the Ombudsman, but rather to the Contracting points of contact identified below.� The Ombudsman is AFTC/CV, 616-227-2810, 1 South Rosamond Blvd. Edwards AFB, CA 93524.� For further information, please contact the Contract Specialist, Kenneth McIntosh, AFTC/PZIE, kenneth.mcintosh.1@us.af.mil. This sources sought synopsis is for information and planning purposes only. It does not constitute an Invitation For Bids or Request For Proposals, and is not to be construed as a commitment by the Government. No costs will be paid for any charges incurred in responding to this synopsis.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/89e888b89a0e4e9cac5f14c6b213be47/view)
 
Place of Performance
Address: Eglin AFB, FL 32542, USA
Zip Code: 32542
Country: USA
 
Record
SN06207127-F 20220101/211230230108 (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.