SPECIAL NOTICE
J -- Request for Information (RFI) - 415 SCMS Squadron Strategic Contract
- Notice Date
- 4/9/2025 10:42:39 AM
- Notice Type
- Special Notice
- NAICS
- 811210
—
- Contracting Office
- FA8250 AFSC PZAAA HILL AFB UT 84056-5825 USA
- ZIP Code
- 84056-5825
- Solicitation Number
- FA8250-25-R-STRATEGIC
- Response Due
- 5/12/2025 11:00:00 AM
- Archive Date
- 05/27/2025
- Point of Contact
- Cydnee Simpson, John (Kenny) Prather
- E-Mail Address
-
cydnee.simpson@us.af.mil, JOHN.PRATHER.3@US.AF.MIL
(cydnee.simpson@us.af.mil, JOHN.PRATHER.3@US.AF.MIL)
- Description
- Request for Information (RFI) - 415 SCMS Squadron Strategic Contract NOTICE: This is not a solicitation but rather a Request for Information (RFI) to determine potential sources for information and planning purposes only. The purpose of this Request for Information (RFI) is to conduct market research to determine if qualified sources exist, to assist in determining if this effort can be competitive and/or a total Small Business Set-Aside. The proposed North American Industry Classification Systems (NAICS) Code is 811210, which has a corresponding size standard of $34 million. The Government will use this information to determine the best acquisition strategy for this procurement. The Government is interested in all small businesses to include 8(a), Service-Disabled Veteran-Owned, Hubzone, and Women-Owned small business concerns. The Government requests that interested parties respond to this notice if applicable and identify your small business status to the identified NAICS code. Government Objectives and Requirements: 1. This announcement serves as a Request for Information (RFI) issued for the purpose of market research in accordance with Federal Acquisition Regulation (FAR) Part 10. This RFI is issued for planning purposes only and is not a Request for Proposal (RFP), Invitation for Bid (IFB), or an obligation on the part of the Government to acquire any products or services. In accordance with (IAW) FAR 15.201(e), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract. The Government will not reimburse respondents for any costs associated with the preparation or submission of the information requested. All costs associated with responding to the RFI will be solely at the responding party's expense. 2. The Government reserves the right to reject, in whole or in part, any contractor's input resulting from this RFI. This RFI does not constitute a solicitation for proposal or the authority to enter into negotiations to award a contract. No funds have been authorized, appropriated, or received for this contemplated effort. The information provided may be used in developing an acquisition strategy, a Statement of Work (SOW), Statement of Objectives (SOO), or performance specifications. Some information resulting from this RFI may eventually be included in one or more RFPs, which will be released to industry. 3. Proprietary information should be marked. Any subsequent actions resulting from the evaluation of the information provided in response to the RFI may be synopsized at a future date. If synopsized, information detailing the specific requirements of this procurement will be included. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. Description 1. The 415th Supply Chain Management Squadron (415 SCMS) in support of the Squadron Strategic Contract Team is considering procurement of Repair Services for the list of NSNs mentioned above (and attached). The repairs design(s) shall meet or exceed the system requirements and shall be a Form, Fit, Function and Interface (FFFI) replacement for the NSNs the parties are interested in repairing. 2. Repair Qualification Requirements (RQR): There are 36 �Categories� of NSNs listed on the RQR (Section C). Offerors wishing to apply for qualification for any of the NSN�s attached, and listed in the RQR can decide from the following options: a. Qualify for a category/categories of NSNs: For example, if an offeror believes they are qualified for all the NSNs in Category 30, they can state they wish to qualify for all of the NSNs in that category. The Government reserves the right to selectively qualify the offeror for each NSN in that category. For example, if a category has 10 NSNs but 1 of them is outside their capability, the Government reserves the right to say the offeror is only successfully qualified for 9. After review, the Government will provide the offeror with the list of all the NSNs they are qualified to repair in that category and provide any rational if the offeror was not qualified for specific NSNs. b. Qualify for Individual NSNs: If an offeror believes they are qualified for single NSNs in different categories, they can choose any from the full list of NSNs. c. Perform combination of a & b: For example, they can apply for qualification for �Category 30� and they can qualify for individual NSNs that are outside of that category. d. Offerors can apply for qualification for as many or as few NSNs as they choose. e. As stated in the RQR, applying for qualification neither guarantees being successfully qualified nor guarantees a contract with the government. All qualification is done at the expense of the offeror and the government shall NOT reimburse offerors for qualification expense, regardless of if they are successful or unsuccessful. f. Interested parties can respond with interest to one, multiple or all NSNs. The Government reserves the right to accept or reject vendor proposals for one, multiple, or all NSNs they desire to repair. Background 1. The Squadron Strategic Contract for the repairs of multiple NSNs for the systems maintained by 415 SCMS. 2. The Government is conducting market research with the intent of establishing a Squadron Strategic multiple-award contract to facilitate the quick repair of items commonly used by 415 SCMS to maintain the Squadron�s multiple systems. The contract is intended to be 5 years with the potential option for an additional 5 years, for a total of up to 10 years. It allows the 415 SCMS to order multiple repairs on the same NSNs without creating individual contracts for each request. 3. The amount of data the Government owns for each NSN will vary. Depending on which NSNs the contractor accepts, they may need to visit Government facilities to get more information for repairs. The Government reserves the right to require any potential contractor to create a test plan/procedure and test reports for Government review and/or approval. Any test plans/procedures the contractor creates will be owned by the Government. 4. The Government reserves the right to require contractors doing repairs to create and submit a First Article (FA) for testing and approval. Testing will either be done at Government facilities or at contractor facilities with Government observation. If First Article Testing (FAT) is required, the contractor shall create a First Article Test Plan/Procedure and the First Article Test Report for Government review and approval. First Article will not be considered accepted until the Government approves the First Article Test Report. 5. Businesses must be a valid DoD contractor with an active System for Acquisition Management (SAM) registration, an approved DoD FORM 2345 and an active CAGE code. 6. All information received in response to this announcement that is marked Proprietary will be handled accordingly. Responses will not be returned. IAW FAR 15.201(e), a response to this notice is not an offer and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this announcement. 7. Security Requirements: There are no requirements for classified information in this RFI. Contractors may request copies of the drawings if they are a valid DoD contractor with an active System for Acquisition Management (SAM) registration, an approved DoD FORM 2345 and an active CAGE code. Response Procedures 1. Interested vendors have 30 calendar days from the issuance of this RFI to respond. Please provide responses by Monday, 9 May 2025. Late submissions will be accepted but might not be considered in preparing the follow-on requirement. a. Responses to this request will be retained in a file and respondees will be subsequently provided a copy of the Request for Proposal (RFP) when issued. Responding to this request in no manner guarantees a contract will be awarded to the respondent for the manufacture/supply of this item. 2. Respondents to this Request for Information (RFI) should include a Rough Order of Magnitude (ROM) estimate of costs to create, deliver and test the test articles and final production units. 3. Reponses should be submitted to the Points of Contact listed on the title page (RFI PDF). Requested Reponses 1. Business Information Provide the following business information for your company: a. Company Name b. Address c. Point of Contact d. CAGE Code e. Phone Number f. Email Address g. Web Page Address h. Specify whether your company is a U.S. or foreign-owned firm i. Recommended North American Industry Classification System Code (NAICS) if other than 811210 Based on the above NAICS code, state whether your company is a small business and provide additional information regarding the type of small business (women-owned, small disadvantaged, HUB ZONE, etc.). 2. Please provide responses to the following requirements: a. Of the listed NSNs, which ones are you already qualified for? b. Of the listed NSNs, which ones are you interested in qualifying for? c. What are the benefits industry sees with a Multiple Award Contract combining multiple NSNs? d. What are the challenges industry sees with this approach? e. With a long-term contract, how can the Government assist vendors in overcoming obsolescence challenges if an NSN contains obsolete components? f. For any NSNs that may contain obsolete components, do you have the capability to do Non-Recurring Engineering (NRE) to modernize these NSNs? If the Government were to fund these NRE efforts, would there be any objections to the Government receiving Government Purpose Rights? g. Regarding the Repair Qualification Requirements (RQR) (Draft Attached), do you have any questions/comments/concerns with the qualification requirements? h. Regarding the RQR, do you have any questions/comments/concerns with the 36 NSN categories listed? Attachments 1. RFI � 9 April 2025 2.NSN List DRAFT � 9 April 2025 3. Repair Qualification Requirements DRAFT � 9 April 2025 4. Five Year Forecast DRAFT � 9 April 2025
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/43f2d166fb544faf88a29c6bf401bc11/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN07402224-F 20250411/250409230051 (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 |