SOURCES SOUGHT
J -- C-5 RESTORATION MAINTENANCE - RFI
- Notice Date
- 12/8/2011
- Notice Type
- Sources Sought
- NAICS
- 488190
— Other Support Activities for Air Transportation
- Contracting Office
- Department of the Air Force, Air Mobility Command, AMC Specialized Contracting, 507 Symington Drive, Room W202, Scott AFB, Illinois, 62225-5022, United States
- ZIP Code
- 62225-5022
- Solicitation Number
- C5_RESTORATION_MAINTENANCE
- Archive Date
- 12/31/2011
- Point of Contact
- Leonard L Johnson, Phone: 6182569984, Pamela C Bragg, Phone: 618.256.9978
- E-Mail Address
-
leonard.johnson.13@us.af.mil, pamela.bragg@scott.af.mil
(leonard.johnson.13@us.af.mil, pamela.bragg@scott.af.mil)
- Small Business Set-Aside
- N/A
- Description
- C-5 Restoration Capability Check List C-5 Restoration PWS SOURCES SOUGHT NOTICE C-5 Restoration Maintenance Package 1. Introduction The Air Mobility Command is conducting market research to determine qualified, experienced, and interested potential sources. Part of the market research is to publish on FedBizOpps a Request for Information (RFI) seeking market information on businesses capable of providing the services, as described in the tasks below. The information requested by this RFI will be used within the Air Force to facilitate decision-making and will not be disclosed outside the agency. Firms choosing to respond to this RFI are cautioned that THIS SYNOPSIS/RFI IS NOT A REQUEST FOR PROPOSAL. This RFI is a market research tool used to determine the adequacy of eligible business sources prior to determining the acquisition strategy and issuance of a request for proposal. The Government is not obligated to and shall not pay for any information received from any sources responding to this synopsis and will not provide any feedback or carry on discussions with non-federal government activities regarding the information you provided in response to this RFI. Responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract. For your information, a draft Performance Work Statement (PWS) is attached. Please keep in mind that this gives a general description of the scope of work that could be required and does not define the final requirement. 2. Set Aside This sources sought will be used in determining whether to set aside the requirement for small businesses.The North American Industry Classification System (NAICS) code is 488190-Aircraft maintenance and repair services (except factory conversion, factory overhaul, factory rebuilding) and the small business size standard is $7 million. All interested and qualified sources should notify this office by electronic mail or facsimile. 3. Requested Information I. The attached Capability Check List and a document briefly stating the company's capabilities. Also include: a. Name, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, and e-mail of designated point of contact. b. Company information (include CAGE Code and DUNS) c. Anticipated Teaming Arrangements (if applicable) d. Commerciality of this service IAW Federal Acquisition Regulation 2.101 e. Typical Contract terms and conditions for this type of work f. Identify Major Risks: general information to identify any major risks anticipated and/or associated with this type of effort II. Optional - provide recommendation for alternate NAICS code, if the one provided is too restrictive or not restrictive enough as to business size and industry category III. Optional - Non-binding Rough Order of Magnitude (ROM) 4. Responses Responses shall be written using Microsoft Word and limited to 15 pages; e-mail to Mr. Leonard Johnson, Contract Specialist, Leonard.Johnson.13@us.af.mil. 5. Industry Discussions Air Force representatives may or may not choose to meet with potential offerors. Such discussions would only be intended to get further clarification of potential capability to meet the requirements, especially any development and certification risks. 6. Questions Questions regarding this notice shall be submitted in writing by e-mail to Mr. Leonard Johnson, Contract Specialist, leonard.johnson.13@us.af.mil. Verbal questions will NOT be accepted. Questions will be answered by posting answers as an attachment entitled Questions and Answers to this notice; accordingly, questions shall NOT contain proprietary or classified information. The Government will accept questions up to and after January 9th 2011 4:00 PM CT, but does not guarantee that questions received after this date will be answered. 7. Summary THIS IS A REQUEST FOR INFORMATION (RFI) ONLY, and is being used an instrument to identify sources that can provide C-5 Restoration services. The information provided in the RFI is subject to change and is not binding on the Government. The Air Force has not made a commitment to procure any of the items discussed, and the government will not pay for any information or administrative cost incurred in response to this sources sought. All cost associated with this sources sought will be solely at the expense of the respondents. Additionally, all submissions become government property and will not be returned. No basis for a claim against the government shall arise as a result from a response to this sources sought. The information requested by this RFI will be used within the Air Force to facilitate decision-making and will not be disclosed outside the agency.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/AMCLGCF/C5_RESTORATION_MAINTENANCE /listing.html)
- Place of Performance
- Address: Stewart Air National Guard Base, Newburgh, New York, United States
- Record
- SN02635780-W 20111210/111208234144-5b736e95b9615894b90b9a42990e2b4e (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 |