Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 05, 2012 FBO #4029
SOURCES SOUGHT

16 -- Self Contained Alttitude indicator (SCAI) - SOW

Notice Date
12/3/2012
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
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
FA810713R0003
 
Point of Contact
Eneshal Borders-Jones, Phone: 4057392634, Josie Lunderman, Phone: 405-739-4489
 
E-Mail Address
eneshal.borders-Jones@tinker.af.mil, josephine.lunderman@tinker.af.mil
(eneshal.borders-Jones@tinker.af.mil, josephine.lunderman@tinker.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work SPECIAL NOTICE OF SOLE SOURCE The purpose of this Sources Sought is to conduct market research to determine if responsible sources exist, to assist in determining if this effort can be competitive and/or a total Small Business Set-Aside. The proposed North American Industry Classification Systems (NAICS) Code is 336413 which has a corresponding Size standard of 1000. The Government will use this information to determine the best acquisition strategy for this procurement. The Government is interested in all small businesses to include 8(a), Service-Disabled Veteran-Owned, Hubzone, and Women-Owned small business concerns. The government requests that interested parties respond to this notice if applicable and identify your small business status to the identified NAICS code. Additionally, please provide any anticipated teaming arrangements, along with a description of similar services offered to the Government and to commercial customers for the past three years. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. This notice is to inform the business community that the United States Air Force B-1 System Program Office (SPO) AFMCLC/WWNMA Tinker AFB, Oklahoma has a requirement to replace the current B-1B standby flight instruments: Standby Altimeter; Standby Airspeed/Mach Indicator; Standby Attitude Indicator with a single Electronic Standby Instrument System (ESIS). The B-1 SPO requires a commercial off the shelf (COTS) or "near COTS" ESIS that have, at a minimum, the same functionality of our present instrumentation. Of additional importance is the ability to supply Ruggedized/Militarized components that can meet our B-1 environmental specifications and other requirements. Nevertheless, the supplier is required to include related product information, regardless of request for information (RFI) requirements, including use on other aircraft.. The proposed acquisition is currently being directed to General Electric; Cage Code 35351, pursuant to 10 USC 2304(c)(1), as implemented by FAR 6.302-1(a)(2)(ii). This special notice synopsis is to support the market research that is ongoing by Air Force for this effort. This will be a Firm Fixed Price Delivery Order contract for a Basic and possible 4 Options. This is NOT a formal notice of solicitation. Telephone or facsimile inquiries and/or responses will not be accepted. The purpose of this notice is to ensure that all avenues have been exhausted to ensure that the Stand By Indicator that the Government has chosen can only be purchased by one source and that no other vendors can deliver the parts and the service required in the attached Statement of Work. If you believe the government assumption of a sole source decision is incorrect and your firm possesses the technical capability, financial, facility, equipments and personnel resources, and the relevant experience/past performance to perform all descriptions called out in the SOW attached. Please submitted your information in accordance with the information listed below. If your anticipated participation will be that of a small business joint-venture, then you must identify each joint venture participant. 1. Company Name and mailing address. 2. Current Cage Code you would bid under. 3. Point of contact (names, telephone number and e-mail address. 4. Socio-economic status under the primary NAICS of 336413 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). 5. Current number of employees. 6. Provide a brief summary of your company's experience and past performance within the past 3 years as a prime contractor as it related to anticipated requirement called out in the SOW. 7. 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., 10 December 2012. Responses must be submitted both electronically and shall be forwarded to the following individual. ATTN: Eneshal Borders-Jones Bombers and Battle Management Contracting 405-739-2881 Electronic submission shall be sent to enseshal.borders-jones@tinker.af.mil or Josephine.lunderman@tinker.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA810713R0003/listing.html)
 
Place of Performance
Address: TBD, United States
 
Record
SN02941048-W 20121205/121203234124-c1eb8d11198d2c2e8f7599f59cea93d7 (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.