SOURCES SOUGHT
76 -- DAFL Aero Club
- Notice Date
- 5/1/2024 3:03:26 PM
- Notice Type
- Sources Sought
- NAICS
- 516210
—
- Contracting Office
- FA8052 773 ESS SAN ANTONIO TX 78236-0119 USA
- ZIP Code
- 78236-0119
- Solicitation Number
- FA8052PRE0727
- Response Due
- 5/14/2024 2:00:00 PM
- Archive Date
- 05/29/2024
- Point of Contact
- Gustavo Guadron, Jackelin Guerrero Funes
- E-Mail Address
-
gustavo.guadron@us.af.mil, jackelin.guerrero_funes@us.af.mil
(gustavo.guadron@us.af.mil, jackelin.guerrero_funes@us.af.mil)
- Description
- This is a Sources Sought Synopsis published by the United States Air Force (the Government or USAF). There is no solicitation available at this time. Requests for a solicitation will not receive a response. The purpose of this sources sought notice is to conduct market research to determine whether there are businesses available capable of providing an alternative product that meets the characteristics below. The Air Force anticipates procuring this product as a FY24 base effort with a base period of twelve (12) months. The projected period of performance for this subscription is:�30 September 2024 � 29 September 2025 Responses to this sources sought notice will assist in a determination of whether it is in the best interest of the Government to proceed with a competition. FSC: 7610� �NAICS: 516210��Size Standard: 1000 employees Subscription name: DAFL � Aero Club Description: DAFL Libraries needs a global knowledge services company providing safety and compliance information for the aviation market. Air Force Aero Clubs maintain a general aviation fleet of approximately 145 aircraft, from six different manufacturers, requiring multiple maintenance manuals (technical data).� In an effort to streamline aircraft maintenance and increase safety across the enterprise, Aero Club managers and mechanics require additional subscriptions to access to current aircraft technical data.� Requires a subscription based set of libraries that include all the manuals necessary for the Air Force Aero Club operations which in turn will reduce research time, improve productivity and increase safety measures by providing current technical data. Product Characteristics an equal item must meet to be considered: Must be able to provide the information necessary to meet safety and compliance standards for the Air Force Aero Clubs Must be able to provide the information in a searchable online format Must be able to provide physical technical manuals for following in the subscription:�BVGA ATP Cessna 100 Series Airframe, BPAT Piper Airframe Library, BDA2 Diamond DA 20/40/42 Airframe, BS14 TB20 Socata Airframe Library, BYI Lycoming 4/6 Cylinder OH Library, BTD1 Continental Motors AvGas Engine Library, B3K Propeller & Governor Library, FF0 U.S. Regulatory Sm/Rotor Digital Library. The resource needs to include all of the service information necessary for maintenance, repair and inspection, which typically include: Illustrated Parts Catalogs; Wiring Diagrams; Service Bulletins, Communiqu�s, and Letters; Structural Inspection and Repair Manuals; Component Maintenance Manuals as well as Airworthiness Directives. The subscription must includes an aircraft profile established for each aircraft in the Aero Club fleet to track and insure quick and easy compliance tracking. The Government will consider responses received within 14 days of issuance of this notice. Information received will normally be considered solely for the purpose of determining whether�or not to conduct a full and open competitive procurement or a small business set aside competitive procurement. The Government will not pay for any information received in response to this announcement. If the Government competes this requirement, a synopsis shall be issued utilizing the combined synopsis/solicitation procedure identified in FAR 12.603. If this effort becomes a Small Business Set-Aside, FAR 52.219-14, Limitation on Subcontracting, will apply. Therefore, small businesses that want to be considered for a small business set-aside should demonstrate how they intend to comply. A determination not to compete this requirement based upon responses to this notice is an administrative decision by the Government that is solely within its discretion. Contractors should be aware of the following information: 1. Contractors must include the following information: � a. Points of contact, addresses, email addresses, phone numbers. � b. Identification as a large U.S. business, a small U.S. business, or a foreign business. Please note that size indicated should be�based on the NAICS code for this effort listed above. � c. Identification of any other socioeconomic status including: Women-Owned Small Business, Economically Disadvantaged Small� Business, 8(a), Service Disabled Veteran Owned Small Business, Veteran Owned Small Business or HUBZone. � d. Company CAGE Code or UEI. � e. Capabilities Statement 2. This requirement is not intended for specific brand name products. Offerors are encouraged to suggest products other than those that may be specifically referenced by brand name. Responses must address how alternate product meet the product characteristics specified above. 3. Submitted information shall be UNCLASSIFIED. Any information submitted by respondents to this sources sought synopsis is strictly voluntary. The Government will not reimburse the respondents for any costs associated with their response. This synopsis does not constitute a Request for Proposals nor does its issuance restrict the Government as to its ultimate acquisition approach. The Government reserves the right to contact the submitting parties, on an as required basis, for further clarification on material provided. Respondents should not construe this notice as a commitment by the Air Force for any purpose. Responses should be emailed to Contracting Specialist: Gustavo Guadron, Gustavo.Guadron@us.af.mil and Jackelin Guerrero Funes, jackelin.guerrero_funes@us.af.mil no later than 15 March 2024, 4:00 PM CDT. Any questions should be directed to Gustavo Guadron and Jackelin Guerrero Funes through email.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/e5d35261e3304d39bd76489b6e04afd6/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN07049205-F 20240503/240501230044 (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 |