SOURCES SOUGHT
16 -- AFCEC Mobile Aircraft Arresting System Trailers Sources Sought
- Notice Date
- 7/31/2024 11:08:36 AM
- Notice Type
- Sources Sought
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- FA8051 772 ESS PKD TYNDALL AFB FL 32403-5322 USA
- ZIP Code
- 32403-5322
- Solicitation Number
- FA8051-MAASTrailer-SourcesSought
- Response Due
- 8/30/2024 11:00:00 AM
- Archive Date
- 09/14/2024
- Point of Contact
- Nicole Dean
- E-Mail Address
-
nicole.dean.2@us.af.mil
(nicole.dean.2@us.af.mil)
- Description
- AFICC 772 Enterprise Sourcing Squadron SOURCES SOUGHT NOTICE Mobile Aircraft Arresting System (MAAS) Trailers 1. THIS NOTICE IS ISSUED AS A SOURCES SOUGHT ANNOUCEMENT 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.� Responses to this notice will be used for planning purposes only.� Responses are not�considered offers�and will not be accepted by the Government to form a binding contract. 2. The United States Air Force has a requirement in support of Air Force Civil Engineer Center (AFCEC) for Mobile Aircraft Arresting System (MAAS) trailers with associated hardware that accepts the standard Barrier Arresting Kit (BAK)-12 aircraft arresting system. The MAAS trailers are a commercially modified trailer for military use. When the MAAS trailer with associated hardware are paired with the BAK-12 arrestor, the system is a critical safety item (CSI) as defined in DFARS 209.270-2.� This system provides battle-damaged airfields with a transportable and relocatable arresting system capable of stopping United States and Coalition Forces tailhook fighter aircraft declaring an in-flight or ground emergency. The trailer has a unique feature and requirement by which it must be able to lower itself (kneel) to the ground and raise to its normal configuration using the on-board hydraulic system. The trailer comprises all auxiliary equipment and hardware for anchoring to concrete, asphalt, or soil surfaces and is a highly specialized system essential in the execution of airfield flying operations. First article testing shall be required of any contractor who has not undergone, completed, and received approval for the MAAS trailer or has not produced it for the US Air Force within the last three (3) years unless waived by the appropriate Lead Systems Engineer or Chief Engineer.� First article testing details are provided in the attached draft statement of work. 3. This sources sought is primarily for market research to determine if there are firms that possess the capability to execute the requirements of the attached draft statement of work (SOW), dated 26 June 2024 and the Govenment Drawing Package (see para 8 for instructions on how to request a copy of the drawing package). Therefore, we further invite all business concerns to provide a capability statement in response to this requirement. Prospective contractors shall be registered in the System for Award Management (SAM) prior to award of any Federal Government contract. Contractors are encouraged to obtain further information on SAM registration at the following website: https://sam.gov/content/home. This announcement does not obligate the Government to award a contract nor does it obligate the Government to pay for any preparation costs. 4. The Government is considering different acquisition strategies including indefinite delivery indefinite quantity contracts with a multi-year ordering period.� If your firm would be interested in such work, you are strongly encouraged 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 336413 � Other Aircraft Parts and Auxiliary Equipment Manufacturing, is applicable to this acquisition. The small business size standard for this NAICS is 1,250 employees. 5. Contractors who can provide these trailers should submit in writing an affirmative response which includes as a minimum the following information: � a. What is the name of your business? � b. What is your business address? � c. Provide a point of contact to include telephone number and email address. � d. What is your business CAGE Code and Unique Entity ID number? � e. Based on your professional experience in the private sector, would you consider this requirement to coincide with work typically provided in the commercial market? � f. Provide an additional NAICS code with justification that you would recommend as being more applicable. � g. Specify your business type (large business, small business, small disadvantaged business, 8(a) certified small disadvantaged business, HUBZone small business, woman- owned small business veteran-owned small business, service-disabled veteran-owned small business) based upon NAICS 336413.� � �Specify all that apply. � h. 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 � 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 in the attached spreadsheet. 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. � j. Is this equipment 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 service, please provide the GSA point of contact name and phone number. � k. Is this equipment available on any other Government contract?� If so, please provide the contract information. � l. Is the attached draft SOW and drawings provided in a format that your company finds easy to understand? � m. Does your company have any suggestions regarding the draft Government requirement package (SOW/drawings)? � n. Does your company foresee any major challenges impacting the timely fabrication/delivery of the trailer? � o. Does your company have a suggested timeline to fabricate the trailer? � p. Has your company started the trailer fabrication process to produce a trailer which will meet the SOW requirements?� If so where is your company in the process, and how long would you estimate it would take to complete? � q. Does your company have any other feedback regarding the requirement package or contract type? � r. Would your company be interested in participating in an industry day with the Air Force if available? 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 can be submitted electronically using the following address: nicole.dean.2@us.af.mil. 7. All responses must be received by 30 August 2024 at 1:00 PM central time. Responses shall be no more than 25 pages (single spaced, 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 25 pages and disregard the remainder of the submission. Extraneous materials (brochures, manuals, etc.) exceeding the 25 page count will not be considered. The Government does not intend to rank submittals or provide any reply to firms as it relates to the Government's review of the data submitted in response to this announcement. 8.� TO RECEIVE A COPY OF THE GOVERNMENT DRAWING PACKAGE INTERESTED VENDORS MUST EMAIL THEIR REQUEST TO NICOLE.DEAN.2@US.AF.MIL.� THE GOVERNMENT WILL THEN PROVIDE A COPY OF THE DRAWING PACKAGE THROUGH DOD SAFE. Attachments: 1: Draft AFCEC MASS Trailer Statement of Work, dated 26 June 2024
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/f3041874a41d46f48b405c48dd325a1b/view)
- Place of Performance
- Address: Tyndall AFB, FL 32403, USA
- Zip Code: 32403
- Country: USA
- Zip Code: 32403
- Record
- SN07151565-F 20240802/240731230130 (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 |