SOURCES SOUGHT
J -- Military Target Vehicle Powertrains & Parts - Draft Statement of Requirements
- Notice Date
- 10/25/2013
- Notice Type
- Sources Sought
- NAICS
- 336992
— Military Armored Vehicle, Tank, and Tank Component Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFTC/PZIE - Eglin, 205 W D Ave, Bldg 350, Ste 414, Eglin AFB, Florida, 32542, United States
- ZIP Code
- 32542
- Solicitation Number
- 96thTarget
- Archive Date
- 12/21/2013
- Point of Contact
- Michael T. Hoover, Phone: 850-882-5078, Karen D. Wagner, Phone: 850-882-0190
- E-Mail Address
-
michael.hoover.11@us.af.mil, karen.wagner.1@us.af.mil
(michael.hoover.11@us.af.mil, karen.wagner.1@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Draft Statement of Requirements for the 96th Range Squadron's requirement for target vehicle parts and services. 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 market survey is conducted to identify potential sources capable of meeting the requirements of the 96th Range Squadron, 96th Range Group, 96th Test Wing, for providing overhaul/rebuild/refurbishing services and parts for the armored and non-armored target vehicles used on the test ranges at Eglin Air Force Base, Florida. The Air Force intends to issue a solicitation for this requirement in the near future and to award to one contractor capable of meeting all of the requirements detailed in this sources sought and the attached Statement of Requirements. It is anticipated that vendors may have trouble meeting both the foreign and U.S. domestic requirements. For this reason, the government is considering award to one (1) vendor who can meet the foreign requirement and one (1) vendor who can meet the U.S. domestic requirement, if one vendor cannot be found who can meet all requirements. Please clearly indicate which block of requirements you can and cannot meet (Foreign, U.S. Domestic, or Both). The government does not intend to break apart the foreign and U.S. domestic blocks. Due to the critical nature of the supporting the Air Force's test missions, a thirty (30) day After Receipt of Order (ARO) is required. The parts and services required are for both foreign and U.S. military vehicles. As a result of various derivatives of each vehicle being made available for testing on Eglin AFB, the overall families of vehicles (FOV's) that parts and services will be required for are as follows. M-60 Main Battle Tank (MBT) Family of Vehicle (FOV), M1 MBT FOV, T-72 MBT FOV, T-55 MBT FOV, M-113 Armored Personnel Carrier (APC) FOV, BMP APC FOV, BRDM APC FOV, BTR APC FOV, MT-LB FOV, SA-6 System FOV, 2S1 System FOV, ZSU-23-4 System FOV, HEMTT Series Truck FOV, M-900 Series Truck FOV, M-35 Series Truck FOV, FMTV Series Truck FOV, ZIL Truck FOV, URAL Truck FOV, KRAZ Truck FOV, P-40 Truck FOV and MAZ truck FOV. The contractor is responsible for arranging for the procurement and delivery of all parts without assistance from the government. All licenses and approvals for the attainment of any parts are the responsibility of the contractor. The Air Force anticipates utilizing a Firm-Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contract. The Air Force anticipates the ordering period will be a base year and two (2) option years, for a total of three (3) years. Firms responding to this announcement shall 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 336992 "Military Armored Vehicle, Tank and Tank Component Manufacturing," the small business size standard is 1,000 employees. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. Prospective contractors are cautioned to ensure that the proper NAICS code appears in their SAM. 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 contractors shall submit a 10 page or less capabilities document. Provide recent, relevant experience in all areas, including whether this experience was as a prime or subcontractor, whether it was in support of a government or commercial contract, and what the scope and requirements of the effort were. Teaming and/or subcontracting arrangements shall be clearly delineated and previous experience in teaming must be provided. Interested contractors will clearly explain how they intend to meet the stated requirements: (1) the company has the technical knowledge and/or manufacturing capability to acquire/produce the spare components listed above; (2) the company has the ability to provide the required repair/refurbishment/rebuild/overhaul services required; (3) spare components delivered will meet form, fit, and performance requirements for physical and functional compatibility with the current vehicles that are part of the 96 Range Squadron's target inventory. The Air Force has no development funding for this procurement. Spare components will be procured using RDT&E and Operations and Maintenance (O&M) funding. Please Provide: 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 AFTC/PZIE (Eglin), Mr. Michael Hoover, michael.hoover.11 @us.af.mil, and Ms. Karen Wagner, karen.wagner.1@us.af.mil, no later than December 6, 2013 (date) at 1:00pm Central Standard Time. The Government will neither award a contract solely on the basis of this sources sought nor will it reimburse the contractor for any costs associated with preparing or submitting a response to this notice. This notice does not constitute a Request for Quotation (RFQ), 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. But vendors are encouraged to reply with recommended improvement to the attached draft Statement of Requirements. 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 Mr. Michael Hoover, Contracting Specialist, at michael.hoover.11@us.af.mil or Ms. Karen Wagner, Contracting Officer, at karen.wagner.1@us.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/25ff4a18e8076ea67ab8e53ba56ccdf9)
- Place of Performance
- Address: Eglin AFB, Florida, 32542, United States
- Zip Code: 32542
- Zip Code: 32542
- Record
- SN03222471-W 20131027/131025233851-25ff4a18e8076ea67ab8e53ba56ccdf9 (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 |