SOURCES SOUGHT
R -- (1) Aircraft Alerting Communications Electromagnetic Pulse (EMP) (AACE) Engineering Support II
- Notice Date
- 6/27/2024 12:38:06 PM
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- FA2041 AFNWC/PZHL HANSCOM AFB MA 01731-1801 USA
- ZIP Code
- 01731-1801
- Solicitation Number
- FA8823-XX-X-XXXX
- Response Due
- 7/26/2024 8:00:00 AM
- Archive Date
- 07/26/2024
- Point of Contact
- Jessica Adair, Phone: 781-225-7037, Talezsha Brown, Phone: 781-225-7037
- E-Mail Address
-
jessica.adair@us.af.mil, talezsha.brown@us.af.mil
(jessica.adair@us.af.mil, talezsha.brown@us.af.mil)
- Description
- This is a Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement. Funds for this Follow-on effort are not presently available. Air Force Nuclear Weapons Center/Nuclear Command, Control & Communication (NC3) Sustainment Division (AFNWC/NCL), located at Peterson Space Force Base (SFB), Colorado is issuing a sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the requirements for the Aircraft Alerting Communications Electromagnetic Pulse (EMP) (AACE) Effort: Space and Missile Systems Center/MILSATCOM Logistics and Operations Support Division (SMC/MCL) requires non-personal engineering support services for the AACE system. These engineering support requirements consist of the following, but are not limited to: Provide telephone technical support: Mon � Fri, 0800 � 1700 (mountain standard time). Provide troubleshooting and maintenance technical support. Provide on-site troubleshooting and maintenance technical support. Provide on-site technical Operations and Maintenance training. Provide configuration control. Conduct studies and analysis of reliability, maintainability, obsolescence, modifications, support equipment and/or design changes. Provide anomaly resolution for Line Replaceable Units (LRU�s) and components (i.e., consumable items; surge arrestors, filters), field maintenance repair guidance, troubleshooting, operations, maintenance, and sustainment. Appropriately mark and maintain Item Unique Identification (IUID) labels on applicable LRU�s and update the DoD IUID Registry. Maintain and update AACE Disposal Plan. Execute Disposition of AACE in accordance with (IAW) Disposal Plan. Maintain system documentation and provide engineering drawings, written documentation to update technical orders (TO�s) and training material due to discrepancies, design change or hardware replacements or hardware technology refreshes. Participate and provide documentation, such as briefing slides or support documentation for Product Improvement Working Group (PIWG). Schedule and host the monthly Sustainment Management Review (SMR). To receive this CUI, interested sources must be registered in the System for Award Management database located at www.sam.gov.� Once registered, interested sources can request the above specifications.in writing.� Email the following information to Jessica.Adair@us.af.mil: Name Title Company name and address DUNS and CAGE numbers Business Size Status E-mail address All interested sources shall provide a company brochure or list of capabilities, product literature, organization name, address, a point of contact, phone number, fax number, e-mail address, business size, taxpayer identification number, DUNS number, and CAGE Code. THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. The government will evaluate market information to ascertain potential market capacity to 1) provide services consistent in scope and scale with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract. Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought Notice by Friday 26 July 2024 by 11:00AM� eastern standard time. All responses under this Sources Sought Notice must be emailed to Jessica Adair (Jessica.Adair@us.af.mil) � If you have any questions concerning this opportunity, please contact: Jessica Adair via email (Jessica.Adair@us.af.mil).
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/445b64833413419a882e5f0db0538e03/view)
- Place of Performance
- Address: Hanscom AFB, MA 01731, USA
- Zip Code: 01731
- Country: USA
- Zip Code: 01731
- Record
- SN07111371-F 20240629/240627230125 (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 |