SOURCES SOUGHT
83 -- Military Freefall Parachute - Specifications
- Notice Date
- 3/15/2011
- Notice Type
- Sources Sought
- NAICS
- 314999
— All Other Miscellaneous Textile Product Mills
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Lackland AFB - 802th Contracting Squadron, 1655 Selfridge Avenue, Lackland AFB, Texas, 78236-5253, United States
- ZIP Code
- 78236-5253
- Solicitation Number
- FA3047-11-R-MFPS
- Archive Date
- 4/8/2011
- Point of Contact
- Jonathan J. Esquivel, Phone: 210-671-1777
- E-Mail Address
-
jonathan.esquivel.2@us.af.mil
(jonathan.esquivel.2@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- See Specifications THIS IS A SOURCES SOUGHT NOTICE ONLY (Not a notice of Solicitation) This request is for information only and is issued by Lackland Air Force Base, Texas solely for information, planning purposes, and market research. It does not constitute a formal solicitation, Request for Proposal (RFP), Request for Quote (RFQ), Invitation for Bid (IFB), or a promise to issue a formal solicitation. This market research is being conducted to identify qualified commercial sources capable of providing Military Freefall Parachute System in accordance with the attached specifications. The Air Force does not intend to award a contract on the basis of this notice or to otherwise pay for the information requested herein. The above information is to provide firms a better understanding of the requirement for the 342 Training Squadron and to help determine any subsequent small business set-asides. Firms responding should specify if their product meets the technical specifications below and provide detailed product information to show clear technical compliance. When submitting the capabilities package, please state whether or not you can meet this requirement and an estimated delivery date from the date of contract award. If possible, please include a recent commercial sales history. If you believe you can meet this requirement but take exception to any of the specifications listed below, please state these in your capabilities package with a brief description of why. Additionally, please identify any of the specifications you find overly restrictive and provide justification for this assertion. Firms responding should also indicate whether they are, or are not, a small business, a socially or economically disadvantaged small business, or a woman-owned small business. The general definition of a small business is one that is independently owned and operated; is not dominant in the field of operation in which it is bidding on Government contracts and with its affiliates. NAICS Code to be used for this acquisition is 314999 and the size standard does not exceed 500 employees. The Air Force reserves the right to consider a set-aside based upon responses hereto for any subsequent acquisition. Respondents are further requested to indicate their status as a Foreign-owned/Foreign-controlled firm and any contemplated use of foreign national employees on this effort. Additional specifications are below. 1) The parachute system shall be TSO certified to the latest FAA standards. 2) The parachute system shall be Berry Amendment compliant IAW DFARS 225.7002. Capabilities package: All interested firms shall submit a capabilities package that explicitly demonstrates company capabilities and product specifications related to this effort. Responses may be submitted electronically to the following e-mail address: Jonathan.Esquivel.2@us.af.mil. Responses are to be received no later than 1:00pm (CST) on 24 March, 2011. Direct all questions concerning this notice to Jonathan Esquivel at (210) 671-1777.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/LackAFBCS/FA3047-11-R-MFPS/listing.html)
- Record
- SN02400689-W 20110317/110315234413-24da25fdb315e756ade1e492bf1a8e4b (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 |