Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 26, 2025 SAM #8461
SOURCES SOUGHT

J -- F-15E/EX Radar Modernization Program (RMP) Non-Radar Depot Activation � Molecular Sieve Oxygen Generating System (MSOGS)

Notice Date
1/24/2025 10:32:58 AM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
FA8634 AFLCMC WAQK F15 WRIGHT PATTERSON AFB OH 45433-7424 USA
 
ZIP Code
45433-7424
 
Solicitation Number
PCOL-25-FA8634
 
Response Due
2/25/2025 1:00:00 PM
 
Archive Date
03/12/2025
 
Point of Contact
Valerie Neff, Stacey Carone
 
E-Mail Address
valerie.neff@us.af.mil, stacey.carone@us.af.mil
(valerie.neff@us.af.mil, stacey.carone@us.af.mil)
 
Description
THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY and serves as market research in accordance with Federal Acquisition Regulation (FAR) Part 10. This synopsis is issued solely for market research and planning purposes. The purpose is to improve the Government's understanding of the current marketplace and to identify capable sources � THIS IS NOT A REQUEST FOR PROPOSAL. This synopsis is not to be construed as commitment on the part of the Government to award a contract nor does the Government intend to directly pay for any information submitted as the result of this synopsis. The Department of the Air Force, Air Force Materiel Command (AFMC), Air Force Life Cycle Management Center (AFLCMC), Fighters & Advanced Aircraft Directorate (AFLCMC/WA), F-15 System Program Office (AFLCMC/WAQ), Wright-Patterson Air Force Base (WPAFB), Ohio, is seeking capabilities packages of potential sources, including large and small business (SB), 8(a), HUBzone, Women-Owned (WO), and Service-Disabled Veteran-Owned (SDVO) small businesses that are capable of providing the personnel, supervision, items, and services necessary to perform the requirements to support the depot activation and sustainment capability for the F-15E/EX Molecular Sieve Oxygen Generator Subsystem (MSOGS). Firms that respond shall specify that their capabilities meet specifications provided in the attached Program Requirements and provide detailed information to show clear technical compliance. Instructions for Responses: Read the F-15E/EX MSOGS Depot Activation Program Requirements attached to determine if you believe your company has the expertise, capabilities, and experience to perform this type of effort. If, after reviewing, you believe your company can meet the F-15E/EX MSOGS Depot Activation requirements, you may provide documentation that supports your company�s expertise, capabilities, and experience. To do so, provide answers to Capabilities and Part I: Business Information in accordance with Part II; Communication, all shown below. This publication is intended to elicit responses from sources with the knowledge, skills, data, equipment, proper facilities, and capacity to meet the Air Force's requirements. The dollar value and period of performance (PoP) will be commensurate to the requirement. Contract efforts are subject to FAR 52.232-18 availability of funds. AFLCMC/WAQ is continually surveying the market to identify sources able to perform all previously mentioned requirements. Qualified sources must have the knowledge and capability to perform all stated requirements starting approximately Fiscal Year 2026. If a contractor believes that they have the capability and are qualified to meet the USG�s requirements, please respond to this pre-solicitation synopsis with the following information for AF assessment: Capabilities: The capabilities package should be brief and concise, and clearly describe the capabilities of your company and nature of the good and/or services you provide, along with your ability to meet the F-15E/EX MSOGS Depot Activation requirements. The package should include the following information: Recent, relevant experience in above discussed areas. Teaming and/or subcontracting arrangements should be clearly delineated, and previous experience teaming must be provided. If subcontractors are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. Major Risks: Identify any major performance, schedule, or cost risks anticipated. A response offering other than the requirements in the attached Program Requirements will be considered non-responsive. The contractor may provide additional tasks required for successful F-15E/EX MSOGS Depot Activation not specified with adequate justification in their response. Requested Responses Part I: Business Information: Please provide the following business information for your company and for any teaming or joint venture partners: Name of Company Contractor and Government Entity (CAGE) code Address Point of Contact (to include phone number and email address) Web Page URL Facility and Security Clearance Firms responding to this announcement should indicate whether they are a large business, small business, small, disadvantaged business (SDB), woman-owned small business (WOSB), economically disadvantaged women-owned small business (EDWOSB), 8(a)-certified business, service-disabled veteran-owned small business (SDVOSB), veteran-owned small business (VOSB), or Historically Underutilized Business Zone small business (HUBZone). The National American Industry Classification System (NAICS) code for this action is 541330, size standard 1,000 employees; please indicate number of employees relative to the size standard of 1,000. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a Department of Defense (DoD) contract. Identify if your company is domestically or foreign owned. If foreign, please indicate the country of ownership. Respondents should also state whether they are interested in being a prime contractor for this requirement or a subcontractor. Acquisition strategy has not yet been determined; market research results will assist the AF in determining whether this requirement will be a full and open, small business set-aside, or sole source acquisition. NOTE: If there is sufficient demonstrated interest and capability among small business concerns, a key factor in determining if a portion or portions of an acquisition or the entire acquisition will be a Small Business Set Aside is a reasonable expectation that two or more responsible small business concerns will submit offers that are competitive in terms of fair market prices, quality, and delivery. If this effort is not set aside for small business, small business utilization will be considered. Request that large and small businesses provide a reasonable expectation for small business utilization as a percent of total contract value. Please provide supporting rationale for the recommended percentage. Part II: Communication: All submissions are requested to be made electronically by 4 pm EST on 25 February 2025 and sent to the F-15 Development System Office, Attention: valerie.neff@us.af.mil. Please limit the response to the equivalent of 100 8.5 x 11-inch pages with no smaller than 12-point font. Only affirmative responses to this notice will be assessed to the extent necessary for the Government to determine the technical capability of the firm to meet the F-15E/EX MSOGS Depot Activation requirements. Submissions must not exceed 4 MB. Annual appropriations are anticipated as the funding source. Any information submitted by respondents to this synopsis is strictly voluntary. THIS SYNOPSIS IS FOR INFORMATION AND PLANNING PURPOSES AND IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT NOR WILL THE GOVERNMENT REIMBURSE THE RESPONDENTS FOR ANY COSTS ASSOCIATED WITH THEIR RESPONSES. THIS SYNOPSIS DOES NOT CONSTITUTE A REQUEST FOR PROPOSALS (RFP), OR AN INVITATION FOR BIDS (IFB), NOR DOES ITS ISSUANCE RESTRICT THE GOVERNMENT AS TO ITS ULTIMATE ACQUISITION APPROACH. The Government reserves the right to contact the submitting parties as required, for further clarification on material provided. Respondents will not be notified of the results of the assessment. Contracting Office Address: AFLCMC/WAQK F-15 Division ATTENTION: Area B, Bldg 553 Rm 290 2690 Loop Road Wright-Patterson AFB, Ohio 45433-7424
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ea839cb19d3c4af5b3f2f64e43182d29/view)
 
Place of Performance
Address: Tinker AFB, OK 73145, USA
Zip Code: 73145
Country: USA
 
Record
SN07323052-F 20250126/250124230103 (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.