SOURCES SOUGHT
15 -- B-1 Lower Wing Skin Repair - Sources Sought
- Notice Date
- 1/5/2012
- Notice Type
- Sources Sought
- NAICS
- 488190
— Other Support Activities for Air Transportation
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, Tinker OC-ALC - (Central Contracting), 3001 Staff Drive, Ste 1AG76A, Tinker AFB, Oklahoma, 73145-3015
- ZIP Code
- 73145-3015
- Solicitation Number
- FA810212R0006
- Point of Contact
- Cindy Hammack, Phone: 4057392632
- E-Mail Address
-
cindy.hammack@tinker.af.mil
(cindy.hammack@tinker.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Questionaire Draft PWS REQUEST FOR INFORMATION: This announcement constitutes an official Request For Information (RFI). This is a request for information only, as defined in FAR 15.201(e). The purpose of this synopsis is to gain knowledge of interest, capabilities, and qualifications of vendors for acquisition entitled "Repair of B-1 Wing Lower Skin". Request only vendors respond that would be capable as a prime contractor. The type of solicitation (to include the requirements included under the solicitation) that will be issued will depend upon the responses to this RFI and other information available to the government. The resultant acquisition approach must ensure there is adequate competition among the potential pool of responsive contractors. The intent is to identify market interest and solicit recommendations. This is not a Request For Proposal (RFP) or an Invitation For Bid (IFB), nor is it to be construed as a commitment by the government. Responses to this notice are not offers and cannot be accepted by the government to form a binding contract (see FAR 15.201(e). This Market Research and RFI is for planning purposes only, and shall not be considered a RFP or IFB; an obligation from the U.S. Government to acquire any products or services; or an authorization to incur any cost in anticipation of such authorization. The government does not intend to reimburse respondents for information solicited. The information provided herein is subject to change and in no way binds the government to pursue any course of action described herein. B-1 OC-ALC Tinker AFB, Ok is contemplating a single competitive contract for repair of B-1 Wing Lower Skin by a Contractor Field Team (CFT) at Dyess Air Force Base, Abilene, TX and Ellsworth Air Force Base, SD. The projected number of aircraft requiring Wing Lower Skin repair is 47. The B-1 organization Tinker, AFB OK is contemplating awarding a contract consisting of a one (1) year basic, with two (2) option periods. There is no solicitation package available at this time. All interested parties should send company and/or descriptive literature along with responses to the following questions and any comments or questions to Cindy Hammack, e-mail: cindy.hammack@tinker.af.mil. Please provide a statement of your capabilities to provide Contractor Field Team for the Wing Lower Skin IAW DRAFT PWS. Also provide evidence of the expertise required above, and evidence of your ability to meet this requirement immediately upon award. Your detailed outline of capabilities is required no later than 27 Jan 2012 at 4:00 PM cst. All questions and comments must be in writing, no telephone calls. For purposes of market research, the government is seeking to understand the capability and capacity of all interested firms. If the government were to set this acquisition aside for small business (either as a 100% set-aside or a partial set-aside), responsive small business concerns will be required to comply with Federal Acquisition Regulation 52.219-14, Limitations on Subcontracting and 13 CFR 125.6 (known as the 50% rule). In general, rules concerning affiliation and joint ventures are located at FAR 19.101, 13 CFR 121.103, 13 CFR 124.513 and 13 CFR 125.6. Under the 50% rule where the preponderance of support is for services, at least 50% of the cost of contractor performance incurred for personnel shall be expended for employees of the small business prime. The prime contractor must meet this requirement (1) individually, or (2) together with other small business members of a formal joint venture, or (3) together with a small number of small business subcontractors forming an informal joint venture, in which those subcontractors meet the definition of ‘ostensible subcontractor' as set forth in 13 CFR 212.103(h)(4). Team members in such formal and informal joint ventures are exempt from affiliation rules under the conditions set forth in 13 CFR 121.103(h)(3). Contemplated NAICS Code: 488190 RESPONSES: Interested offerors must submit a brief but complete Capabilities Statement that demonstrates the company's capabilities to perform these requirements. Submission shall be limited to no more than 30 one-sided pages and should be Office 2007 compatible. Submission shall be capable of being printed on 8.5 x 11 inch paper with one inch margin (top, bottom, left and right) and a 12 point Arial or Times New Roman font. Line spacing shall be set at no less than single space. Tables, drawings and header/footer information shall be 10 point Arial font or larger. If any of the material provided contains proprietary information, then mark and identify disposition instructions (submitted data will not be returned). Responses should include, but are not limited to the following: Company History: A history to include previous major products and primary customer base. Additionally, RFI responders should provide examples of past experience that would warrant the Government's consideration of the company as a prospective contractor for production, integration, engineering, training, field support, and other services including handling of the classified information. The respondents should focus on a proven track record. If you believe your firm possesses the technical capability, financial, facility, equipment and personnel resources, and relevant experience/past performance to perform the type of work specified above as a prime contractor, then request you also submit information stated below. If your anticipated participation will be that of a small business joint-venture, then you must identify each joint venture participant. If participation will be that of a newly formed small business joint venture, provide the information required by items 3 through 7 for each participant in the joint venture. 1. Company name and mailing address. 2. Point of contact (name, telephone number, and e-mail address). 3. Socio-economic status under the above stated NAICS (e.g., other than small business, small business, small disadvantaged business, woman-owned small business, veteran-owned small business, service disabled-veteran owned small business, etc.). 4. Current number of employees. 5. Identify the percentage of work that you, as a prime contractor, are capable of performing in each major technical function area (see above) for which you are capable. 6. Provide a brief summary of your company's experience and past performance within the past 3 years as a prime contractor as it relates to the magnitude of this anticipated requirement. Emphasis shall be placed on your past experiences with large task/delivery order acquisitions in a competitive, multiple-award environment and which involved the management of a large pool of subcontractors/team members. Each experience provided (Government or commercial) shall include the following information: (a) name of project, (b) brief description of project, (c) contract or project number, (d) contract type, (e) client/customer point of contact (name, address, phone number, e-mail address), (f) dollar/ceiling value of the contract/project, (g) period of performance of the contract/project, (h) relevance of contract/project to requirements of this anticipated effort, (i) total number and magnitude of task orders (dollar value, duration, etc) awarded to you under the contract; and (j) total number (delineated by business size) of subcontractors/team members managed by you under the contract. 7. If you are a small business or joint venture of small businesses under the above NAICS, discuss how your firm will meet the requirements that at least 50% of the cost of contractor performance incurred for personnel shall be expended for employees of the small business prime contractor. Responses to this request shall be limited to 30 pages or less, excluding coversheets and/or table of contents, and must be received by 4:00 p.m., 27 Jan 2012. Responses must be submitted both electronically and in hardcopy format. Hardcopy submissions shall consist of one original and three copies, and shall be forwarded to: OC-ALC/GKAKB ATTN: Cindy Hammack 3001 Staff Drive, STE 2AB81A Tinker AFB OK 73145-3020 Electronic submission shall be sent to cindy.hammack@tinker.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA810212R0006/listing.html)
- Record
- SN02649559-W 20120107/120105234920-a3da45e82e9fbb1a15b8ecf3771e1ad2 (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 |