Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 24, 2010 FBO #3073
SOURCES SOUGHT

D -- IUID Part-Marking - Sources Sought

Notice Date
4/22/2010
 
Notice Type
Sources Sought
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218
 
ZIP Code
45433-7218
 
Solicitation Number
FA8604-10-R-7018
 
Archive Date
5/21/2010
 
Point of Contact
Jonathan West, Phone: 9376567401, Daniel J. Staloch, Phone: 9376567373
 
E-Mail Address
jonathan.west@wpafb.af.mil, daniel.staloch@wpafb.af.mil
(jonathan.west@wpafb.af.mil, daniel.staloch@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
List of Locations Capabilities Matrix Performance Work Statement Sources Sought Synopsis This is a Sources Sought Synopsis; there is no solicitation available at this time. Requests for solicitation will receive no response. This Sources Sought Synopsis is published for market research purposes only. This Sources Sought Synopsis is conducted to identify potential sources capable of meeting the requirements for providing Item Unique Identification Part-Marking services for the Air Force Automatic Identification Technology Program Management Office (AF/AIT/PMO). Please review, in this order, the Sources Sought Synopsis, the Performance Work Statement (PWS), the Capabilities Matrix spreadsheet and the List of Locations where services may potentially be performed. The Item Unique Identification (IUID) Part-Marking for the Air Force Automatic Identification Technology Program Management Office (AF/AIT/PMO) includes, but is not limited to, a contractor part-marking team to complete a defined marking scope of work at given installations and the training required for appropriate Air Force personnel to continue marking efforts in sustainment. The Air Force installations where service will be provided are worldwide and require contractor personnel to travel to these locations. A list of likely locations is provided as an attachment to this synopsis. Individual task orders will consist of anywhere from 15 to 45 locations with 275,000 to 350,000 total items to be marked. These task orders will have a 120 day period of performance. The first 30 days will consist of planning and the final 90 days will consist of part-marking. The contractor will provide all necessary supplies, services and personnel to complete these tasks; however, the government will provide the necessary barcodes and terminal devices. The Air Force anticipates utilizing a multiple-award Blanket Purchase Agreement for this award. The Air Force anticipates the ordering period will be 1 SEP 2010 through 30 JUN 2012. The Air Force anticipates this acquisition will utilize procedures outlined in FAR Part 12-Acquisition of Commercial Items and FAR Part 15-Contracting by Negotiation. Information is being collected from all potential sources at this time. Firms responding to this announcement should indicate whether they are a large business, small business, small disadvantaged business (SDB), woman-owned small business (WOSB), 8(a)-certified business, service-disabled veteran-owned small business (SDVOSB), veteran-owned small business (VOSB), or Historically Underutilized Business small business (HUBZone). The National American Industry Classification System (NAICS) code for this action is 541519, size standard $25,000,000.00. All prospective contractors must be registered in the Central Contractor Registration (CCR) database to be awarded a DoD contract. Prospective contractors are cautioned to ensure that the proper NAICS code appears in their CCR. The Air Force has not yet determined the acquisition strategy for this requirement, including whether a set-aside strategy is applicable. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime contractors must perform over 50% of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14. All interested parties shall submit a capabilities package. Interested contractors shall review, fill-in and return the attached Capabilities Matrix and may also submit a 4-8 page capabilities document. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. Recent, relevant experience in all areas should be provided, including whether this experience was as a prime or subprime contractor, whether it was in support of a Government or commercial contract and what the scope of the experience was. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. Interested contractors will clearly explain how they intend to meet the stated requirements, including the requirement for personnel to plan and part-mark 15 - 45 locations worldwide simultaneously and how the contractor will finance these operations. Your statement of capabilities should include the following: Company Name; Address; Point of Contact; Telephone number; E-Mail Address; CAGE Code; Web Page URL; and Small business size certification if applicable. Please submit one (1) electronic copy of your response to Jonathan.West@wpafb.af.mil. Statements should be submitted no later than 6 MAY 2010 1:00 PM E.T. The Government will endeavor to answer any questions interested parties may have. All questions must be submitted in writing to Jonathan.West@wpafb.af.mil. The Government will neither award a contract solely on the basis of this synopsis nor will it reimburse the contractor for any costs associated with preparing or submitting a response to this notice. This synopsis does not constitute a Request for Quotation, Request for Proposal (RFP) or an Invitation for Bid (IFB), nor does this issuance restrict the Government's acquisition approach. The Government reserves the right to reject in whole or part any industry input as a result of this announcement. The Government recognizes that proprietary data may be a part of this effort. If so, clearly mark such restricted or proprietary data and present it as an addendum to the non-restricted/non-proprietary information. If the Government decides to award a contract for this or related effort, a solicitation will be published and posted on the FedBizOpps website. If you have any questions, you may contact Jonathan West at Jonathan.West@wpafb.af.mil. See attached: 1. SS_Synopsis 2. PWS 3. Capabilities Matrix 4. List of Locations
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8604-10-R-7018/listing.html)
 
Place of Performance
Address: Multiple locations worldwide, WPAFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN02129945-W 20100424/100422235310-7f2fb2c28d5619742dc5f054e0285094 (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 |
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.