SOURCES SOUGHT
J -- Cruise Missile Trainer Maintenance Support Services
- Notice Date
- 4/27/2007
- Notice Type
- Sources Sought
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of the Air Force, Air Force Space Command, 30CONS, 1515 Iceland Avenue Bldg 8500, Room 150, Vandenberg AFB, CA, 93437-5212, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- FA4610-07-R-0003
- Response Due
- 2/8/2007
- Archive Date
- 7/31/2007
- Point of Contact
- John O'Connor, Contract Specialist, Phone 805-606-5866, Fax 805-606-5867, - Jeffrey Powell, Contract Specialist, Phone (805) 605-0490, Fax (805) 606-5867,
- E-Mail Address
-
john.o'connor@vandenberg.af.mil, jeffrey.powell@vandenberg.af.mil
- Description
- This is a Sources Sought Notice only. No solicitation will be issued at this time. This synopsis is issued for the sole purpose of the 30th Contracting Squadron to conduct Market Research in accordance with FAR Part 10. This effort is to seek qualified sources capable of providing maintenance of all trainers to include Boeing AGM-86B Air Launched Cruise Missiles (ALCM), General Dynamics Convair AGM-129A Advanced Cruise Missiles (ACM), engines, and associated support and electronic testing equipment to include the Electronic Systems Test Set (ESTS) AN/GSM-263, Air Data Test Set (ADTS) AN/GSM291, Missile Radar Altimeter Test Assembly (MRATA), Signal Data Converter (SDC) CV-3643/GSM-263, Remote Sensing Control Assembly (RSCA) C-11870/GSM-263, Motion Sensor Test Set AN/GSM-320, and the Cooling Control Unit (CCU) MXU-690A/E in accordance with (IAW) all applicable directives. Support the Missile and Space System Electronic Maintenance Apprentice Course (Air Launched Cruise Missile/Advanced Cruise Missile) and Verification and Checkout Equipment Course at Vandenberg Air Force Base, CA. The successful contractor must demonstrate among other things (a) the evidence of, or ability to obtain secret facility clearance; (b) evidence of past and present performance as it relates to this acquisition. It is anticipated that the contract performance will include a one-month phase-in period (1-30 Sep 2007), a base period of one-year (1 Oct 2007 - 30 Sep 2008) and four one-year option periods (extending through 30 Sep 2012) exercised at the unilateral right of the Government. The purpose of this sources sought notice is to gain knowledge of potential qualified sources and their size classifications (Hub Zone, 8[a], small, small disadvantaged, large, etc) relative to North American Industry Classification System (NAICS) code 811219 and annual revenue of $6.5M. Interested firms are requested to submit interest and capability statements (maximum of three pages, not including the cover page) in writing NLT 8 Feb 2007. The interest and capability statements should include interested firm?s business size (small or large), business status (Hub Zone, 8[a], disadvantaged, woman-owned, veteran owned, service disabled veteran owned, etc.) The capability statements should show evidence of relevant experience in the services described above and in the draft PWS posted with this notice and should include, at a minimum, the following information: brief description of any relevant contracts (commercial or government), contract numbers, contract dollar values, dates of performance, number and type of personnel involved, and the name of the government program manager. This Sources Sought Notice is also issued for the purpose of market research in accordance with FAR Part 10. The draft Performance Work Statement (PWS) is posted with this notice and interested parties are encouraged to submit industry comments and/or suggested changes to the PWS. Respondents are also encouraged to submit information regarding commercial practices that the government should consider implementing for this acquisition. Industry comments, suggested changes for the PWS, and/or submittal of commercial practices for the Government?s consideration (please limit to three pages) are requested to be submitted in writing NLT 8 Feb 2007. This acquisition will be set aside for small business if enough small business firms can demonstrate qualifications to perform the required services and such firms express an interest in proposing; otherwise, this acquisition may be solicited under full and open competition. Additional information, as it becomes available, will be posted for viewing on FedBizOpps at http://www.fedbizopps.gov/. All potential offerors are reminded that in accordance with Federal Acquisition Regulation (FAR) 52.204-7, Central Contractor Registration (CCR), lack of registration in the CCR will make an offeror ineligible for contract award. NOTE: It is the responsibility of all potential offerors to monitor these sites for release of any future synopses or release of the solicitation. Submissions to this notice may be mailed to Capt John O?Connor or Jeffrey E. Powell, 30 CONS/LGCB, 1515 Iceland Ave, Bldg 8500, Rm. 150, Vandenberg AFB, CA 93437-5212, or sent via email to john.o?connor@vandenberg.af.mil and jeffrey.powell@vandenberg.af.mil.
- Place of Performance
- Address: Vandenberg AFB, CA
- Zip Code: 93437
- Country: UNITED STATES
- Zip Code: 93437
- Record
- SN01282960-W 20070429/070427221348 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |