Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 02, 2015 FBO #5031
SOURCES SOUGHT

69 -- AFICA Counter-IED Training Aids - Exhibit A - Draft SON - RFI

Notice Date
8/31/2015
 
Notice Type
Sources Sought
 
NAICS
339999 — All Other Miscellaneous Manufacturing
 
Contracting Office
AFICA - AFICA- CONUS
 
ZIP Code
00000
 
Solicitation Number
FA3002-15-RFI-CIED
 
Point of Contact
Kenneth McCright, Phone: 210-652-3672
 
E-Mail Address
kenneth.mccright.3@us.af.mil
(kenneth.mccright.3@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
RFI Draft SON Exhibit A REQUEST FOR INFORMATION (RFI) Counter-Improvised Explosive Device (C-IED) Training Aids FA3002-15-RFI-CIED 1. This RFI is being issued for informational and planning purposes only, IAW FAR 15.201(e) and FAR 52.215-3. The information will be used in conducting market research to identify qualified, experienced, and interested potential sources in support of the Government's requirements. Contact with Government personnel, other than those specified in this RFI, by potential offerors or their employees' regarding this requirement is not permitted. This is NOT a Request for Proposal (RFP). It is not to be construed as a formal solicitation or an obligation on the part of the Government to acquire any products or services. The information requested by this RFI will be used to facilitate decision making and will not be disclosed outside the agency. Any information provided to the Government is strictly voluntary and will be provided at no cost to the Government. Interested parties are responsible for marking proprietary or competition-sensitive information contained within their response. The information provided in this RFI is subject to change and is not binding on the Government. 2. The 338th Specialized Contracting Squadron (338 SCONS) is seeking information concerning the availability of capable contractors to provide C-IED training aids in support of the United States Air Force (USAF) Air Education and Training Command (AETC). In response to the global threat of Improvised Explosive Devices (IEDs), selected USAF training units are required to train and ensure all Airmen know how to identify, react, and properly respond to IEDs. The training is executed at numerous CONUS (stateside) and OCONUS (overseas) locations via classroom lecture and hands-on exercises. The exercises include training scenarios conducted in surrogate villages designed to replicate the current theater of operations (i.e. - Afghanistan, Iraq, etc.). The training scenarios include role players and replicated IEDs using the same and/or similar tactics, techniques, and procedures employed by enemy combatants and insurgents. 3. The contractor shall provide C-IED training aids as described in the Statement of Need (SON). Each item contains a description of the salient characteristics required to satisfy agency needs as well as examples of items available in the marketplace. The phrase "or equal" has also been included to allow potential offerors the ability to offer "equal" items in terms of those listed characteristics. Training aids will be shipped to various CONUS and OCONUS locations. Estimated annual quantities are provided for informational purposes. For purposes of this RFI, the North American Industry Classification System (NAICS) Code is 339999, All Other Miscellaneous Manufacturing, and the corresponding Small Business Administration (SBA) size standard is 500 employees. 4. If your firm is capable of satisfying this requirement, please provide an electronic Capability Statement (no more than 10 pages, front and back) via email to both Kenneth McCright (Contract Specialist) at kenneth.mccright.3@us.af.mil and Greg Vistuba (Contracting Officer) at gregory.vistuba@us.af.mil no later than (NLT) 2 Oct 15 by 1600 CST. Please do not call the contracting office for information; email any questions to avoid any misunderstanding or confusion. The Capability Statement should also include general information and technical background describing your firm's experience in contracts providing similar items. In addition, the following information IS REQUIRED : •a. Company Cage Code, DUNS, name, address, point of contact and their telephone number and e-mail address; •b. Any small business status based on NAICS 339999 (8(a), HUB Zone, veteran-owned, women-owned, etc.); •c. Indicate if your company is capable of providing ALL items identified in the Draft SON. If not, list which items your company can/cannot provide. •d. Indicate if your firm intends to provide any "or equal" items. If your firm identifies another "or equal" item, capable of satisfying the listed salient characteristics, please provide the brand, model, and description of the item(s). If no known "or equal" items exist for any/all items, please indicate in your response. •e. Indicate if your role in the performance of the consolidated requirement would be (a) Prime Contractor; (b) Subcontractor; or (c) Other, please describe; •f. If you indicated your role as "Prime Contractor", indicate the functions for which you plan to use subcontractors; •g. If you indicated your role as "Prime Contractor", please provide brief information you feel would indicate your capability to manage, and finance a large supply contract such as this; •h. If you indicated your role will be a "Subcontractor", please indicate which products you intend to provide; •i. Indicate if your company provides these items/products to customers in the private commercial sector, not to include any level of Government (municipal, state, or federal); •j. Indicate if your company primarily does business in the commercial or Government sector; •k. Indicate which NAICS code(s) your company usually performs under for Government contracts; •l. Provide information regarding shipping capabilities to both CONUS and OCONUS locations, as per the Statement of Need (i.e. do you already have an agreement/relationship with a specific shipping company that provides a flat rate, or what is the industry standard?); •m. Request Large businesses will be required to provide a small business subcontracting plan indicating whether or not they can meet DoD minimum subcontracting goals (36% of subcontracts to small businesses, 3% to service-disabled veteran-owned small businesses, 5% to small disadvantaged businesses, 5% to woman-owned small businesses and 3% to Historically Underutilized Business Zones (HUB Zone) small businesses). Subcontractors include any company that is contracted with for services or supplies that would support this contract. If not, please provide a brief explanation why these goals are not appropriate, what percentage could be subcontracted to each small business category, and the basis of the percentages proposed. Also, provide the percentage of the total contract dollars that could be subcontracted to each small business category and the basis of the percentages proposed. NOTE: Small businesses may be located through the Dynamic Small Business Search at http://dsbs.sba.gov. * The Government reserves the right to decide whether or not a small business set-aside is appropriate based on responses to this notice. In addition, this office will not be responsible for locating or obtaining any information not provided in response to this RFI; it is the offeror's sole responsibility to ensure all required information is submitted with their capability statement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/980e3ad85253b502f7028027023b5e69)
 
Record
SN03864776-W 20150902/150901000512-980e3ad85253b502f7028027023b5e69 (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.