SOURCES SOUGHT
A -- AM-2 Matting
- Notice Date
- 2/6/2024 8:35:33 AM
- Notice Type
- Sources Sought
- NAICS
- 332312
— Fabricated Structural Metal Manufacturing
- Contracting Office
- FA8051 772 ESS PKD TYNDALL AFB FL 32403-5322 USA
- ZIP Code
- 32403-5322
- Solicitation Number
- AM2MattingFY24
- Response Due
- 2/28/2024 11:00:00 AM
- Archive Date
- 03/14/2024
- Point of Contact
- Randall Jones, Phone: 850-283-6375, Captain Chase Lehocky, Phone: 850-283-1111
- E-Mail Address
-
randall.jones.16@us.af.mil, chase.lehocky.3@us.af.mil
(randall.jones.16@us.af.mil, chase.lehocky.3@us.af.mil)
- Description
- � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � AFICC 772d ENTERPRISE SOURCING SQUADRON � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � SOURCES SOUGHT NOTICE� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � 1. THIS NOTICE IS ISSUED AS A SOURCES SOUGHT ANNOUNCEMENT FOR INFORMATION PURPOSES ONLY. �This notice DOES NOT constitute a Request for Proposal or complete package outlining the technical competencies/qualifications of the prospective contractor, nor does it represent any commitment by the Government.� Since this is a Sources Sought announcement, no evaluation letters and/or results will be issued to the respondents. No reimbursement will be made for any costs associated with providing information in response to this announcement. No telephone calls will be accepted requesting a bid package or solicitation.� A solicitation does not presently exist. � 2. The United States Air Force (USAF) has a requirement in support of Directorate of Headquarters Air Force Civil Engineer Center (HQ AFCEC) for the purchase of AM2 Matting Kits in support of the USAF Airfield Damage Repair Program.� This requirement also has the potential to extend to other agencies within the Department of Defense.� The intent is to eventually award an Indefinite Delivery Indefinite Quantity contract to allow for the acquisition of kits inclusive of the mat panels, tool kits, anchor kits and grout kits as well as individual quantities of varying materials.� Delivery orders will fluctuate dependent on the USAF�s needs. In order for the USAF to better understand the capabilities of the industry, please address the following questions: Relevant Past Experience Has the vendor previously manufactured custom tools and tool kits? Does the vendor have experience with the federal supply system and national stock numbers? Does the vendor have experience with all documentation required by the SOW (inventory management, labeling, and 2/3D drawings)? To what extent does the vendor rely on subcontracts? Shipping and Logistics Does the vendor have sufficient on-site MHE to move the various package configurations? Does the vendor utilize or have access to shipment tracking websites for all legs and modes of transportation? Is the vendor familiar with the Air Transportability Test Loading Agency (ATTLA) requirements? Do all the vendors (prime and subs) have and utilize the same inventory management system? Does the vendor have experience with overseas shipments to include in areas of increase hostilities? Does the vendor utilize an overseas custom agent? What is the arrangement for off-loading at the final destinations? What is the plan to repair items damaged in shipment? Facilities Does the vendor have access to bonded storage areas? Are the assembly, inspection, and staging areas collocated? Is the inspection/staging area large enough to support multiple kits (how many)? Is the inspection area indoors? Do you expect any issues with delays in manufacturing, long-lead ordering issues, or equipment availability issues? 3. The Government is performing market research primarily to locate firms with the capability to execute the requirements of this anticipated Sources Sought. Therefore, all business concerns are invited to provide a capability statement in response to this requirement. It is required for all contractors to be registered to do business with the Government in SAM before any award will be made. Contractors are encouraged to obtain further information on SAM registration at the following website: https://www.sam.gov/SAM/pages/public/index.jsf.� This announcement does not obligate the Government to award a contract, nor does it obligate the Government to pay for any preparation costs for this effort. 4. The Government strongly encourages any firms interested in such work to submit a capability statement that addresses, as a minimum, the questions presented within this announcement. The Government does not intend to rank submittals or provide any reply to interested firms. North American Industry Classification System (NAICS) Code 332312 � Fabricated Structural Metal Manufacturing. The small business size standard for this NAICS is 500 employees. It is anticipated that the first order will not be until late FY 2024 or early FY 2025. 5. Contractors who can provide this product should submit in writing an affirmative response, which includes as a minimum the following information: a. What is the name of your business, Cage Code and UEI? b. What is your business address? c. Provide a point of contact to include telephone number and email address. d. Based on your professional experience in the private sector, would you consider this requirement to coincide with work typically provided in the commercial market? e. Provide an additional NAICS code with justification that you would recommend as being more applicable. f. Specify your business type (SBA certified Small Business, Small Disadvantaged Business, 8(a) Certified Small Business, HUBZone Small Business, Woman-Owned Small Business, Service-Disabled Veteran-Owned Small Business, Veteran-Owned Small Business) based upon NAICS 332312.� Specify all that apply. � g. Would your firm propose on this project as a prime contractor, prime contractor with subcontractor(s), prime contractor with team member subcontractor(s), or a joint venture?� If you have proposed a joint venture, identify to the extent possible, your team members. Identify the business size of your team members or joint venture firms. If a teaming arrangement is planned, give details to the extent practicable on how the team likely will be composed. See FAR subpart 9.6 for Government policy on teaming arrangements and 8(a) Program regulations described in 13 CFR 124.513 h. Please provide your assessment on whether subcontracting opportunities are available and what goals would be appropriate.� Please include supporting rationale.� i. Identify any projects completed in the past three (3) years for the same or similar items to help determine your firm�s capability in meeting the requirement for the items listed.� Include any government contracts (Federal, State, or local) that you have been awarded for this type of requirement. Also, include the contract number and a government point of contact.� Please also provide subcontracting percentages and dollars for the projects identified. j. Is this product available on a GSA Schedule?� If so, please provide the GSA Schedule number and special item number.� If GSA is in the process of awarding a schedule for this type of requirement, please provide the GSA point of contact name and phone number. k. Do you have any other comments or suggestions that you would like to share with us? 6. All responsible sources are encouraged to submit a capability statement response to this announcement. All such responses will be considered by the agency. Responses shall be submitted electronically to the Contracting Officers listed: Mr. Randall S. Jones at randall.jones.16@us.af.mil, Capt Chase Lehocky at chase.lehocky.3@us.af.mil, and TSgt Alexandra Counts at alexandra.counts@us.af.mil. All responses shall be received no later than 28 February 2024, 1300, CST. Responses shall be no more than 10 pages (single spaced, front and back, no smaller than Times New Roman, font size 12 or equivalent). If submissions exceed the page count noted, the Government will only review the first 10 pages and disregard the remainder of the submission. Extraneous materials (brochures, manuals, etc.) will not be considered. Questions concerning this announcement shall be submitting in writing via email to the Contracting Officers listed in paragraph 6, NLT 1000 CST on 16 Feb 2024. NOTE:� Attachment 5 file name uploaded was shortened due to upload restrictions.� File�ATTACHMENT 5 - F70 - TOOL KIT NOTIONAL LAYOUT DRAWINGS (DRAFT) �N1 - N20 is referred in SOW.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/ebf55286e9f24395aadf02652627ab30/view)
- Place of Performance
- Address: Panama City, FL, USA
- Country: USA
- Country: USA
- Record
- SN06957108-F 20240208/240206230051 (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 |