Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 03, 2016 FBO #5185
MODIFICATION

R -- AFNWC Overpressure Testing

Notice Date
2/1/2016
 
Notice Type
Modification/Amendment
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFNWC/PZNK, 1551 Wyoming Blvd SE, Kirtland AFB, New Mexico, 87117, United States
 
ZIP Code
87117
 
Solicitation Number
FA2360-16-R-8036
 
Archive Date
2/17/2016
 
Point of Contact
Johnny J. Montano, Phone: 5058530797, Lisa Postma, Phone: 5058464362
 
E-Mail Address
johnny.montano@us.af.mil, lisa.postma@us.af.mil
(johnny.montano@us.af.mil, lisa.postma@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
**************** Update: 1 FEB 2016 We would like to thank everyone who responded to our request for Statement of Capabilities. At this time AFNWC has determined that some additional research and analysis needs to be performed prior to conducting Overpressure Blast Testing. Tentatively this effort is on hold until late FY 17. ************* ************* 1. This sources sought synopsis is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Any information submitted by respondents to this sources sought synopsis is strictly voluntary. As stipulated in FAR 15.201(e), responses to this notice are NOT considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. Respondents will not be notified individually of the results of any Government assessments. The Government may use the information obtained from responses to this notice in determining its acquisition approach, but the issuance of this notice does not restrict the Government’s acquisition approach. The U.S. Government reserves the right to reject, in whole or in part, any input as a result of this notice. 2. NAICS: 541380 Testing Laboratories, small business size standards is $15M. 3. Product/Service Code: 1560 Airframe Structural Component 4. Description of Effort: AFNWC at Kirtland AFB is soliciting for statement of capabilities (SOC) for scientific analysis, engineering and explosive testing for nuclear overpressure effects on aircraft parts to support AFNWC’s Nuclear Hardness Database System (NHDBS). Attached is a draft, partial performance work statement further describing the effort. 5. Request for Statement of Capability (SOC): All interested firms shall submit their SOC to the Contracting POCs listed below NLT 29 January 2016, 2pm MST. All SOCs shall be UNCLASSIFIED. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED and SEGREGATED. The SOC is limited to 10 pages, single spaced, 12-point Times New Roman font. The SOC shall demonstrate the following: a. Contractor’s blast testing facility has a facility clearance of at least SECRET and currently has the appropriate cleared personnel who can perform the effort. Note personnel must have SECRET Restricted Data/Formerly Restricted Data (RD/FRD) clearance. b. Contractor’s blast testing facility can accommodate test articles up to 13X8 ft. c. Contractor can outfit the aircraft parts with instrumentation that can measure deformation, elongation, and deflection. d. Contractor’s blast testing facility shall be able to produce flat pressure pulses anywhere within the range of.3psi to 8 psi on the test aircraft part and last for at least 80 ms. e. All test articles can be exposed to overpressure effects in all aspects, 180 degrees in the horizontal and vertical planes, as well as combination of both axes. f. Contractor’s blast testing facility shall be able to produce independent, successive pressure pulses on the test material of interest until the test material fails. g. Contractor can validate testing methodology and repeatability to produce a given pulse prior to using Government provided test articles. h. Contractor has the ability to design and build stand to position and secure aircraft parts in the blast facility to withstand displacement during testing. The SOC shall also include: a. CAGE CODE b. Size Status under NAICS 541380 (size standard $15M) c. Whether they are/are not a small business; HUBZone; Service-Disabled, Veteran-Owned; Veteran Owned; Small Disadvantaged 8(a); Historically Black College or University; and/or Woman-Owned firm d. If applicable, appropriate GSA Schedule Contract Number and what Special Item Number(s) (SINs) potential work would be proposed under e. If applicable, other government contracts under which this work can be performed. Please include contract number, name, and Government POC including email and phone number f. If applicable, propose another more appropriate NAICS code or Product/Service Code including rationale on why it would be more appropriate g. Based on the type of work identified in the PWS what type of contract do you believe best fits the work structure, for example: Firm-Fixed Price, Cost Plus Fixed Fee, etc.? Please provide your rationale for the recommendation provided. h. The government believes this requirement does not fit the definition of a commercial acquisition as defined in FAR 2.101, Commercial Item, and will therefore proceed with a non-commercial process. If you believe otherwise, please provide your rationale. 6. Restrictions: Air Force Nuclear Weapons Center is authorized to exclude all foreign participation at the prime contractor level for subject procurement. Foreign participation is prohibited at the prime contractor level. U.S.-based offerors must disclose any proposed use of foreign nationals (FNs), their country(ies) of origin, the type of visa or work permit possessed, and the statement of work (SOW) tasks intended for accomplishment by the FN(s). Offerors are advised FNs proposed to perform may be restricted under U.S. Export Control Laws due to the nature of the technical data. RESTRICTION ON PERFORMANCE BY FOREIGN CITIZENS (i.e., those holding non-U.S. Passports): This topic is “Export-controlled”. The information and materials provided pursuant to or resulting from this topic are restricted under the ITAR, 22 C.F.R. Parts 120 – 130 or the EAR, 15 C.F.R. Parts 710 – 774. Foreign Citizens may perform work under an unclassified award resulting from this topic only if they are designated as a US Person, as defined by 22 CFR § 120.15 or if bidder is able to obtain an export license through the Department of State or Department of Commerce. Foreign Citizens designated as US Persons are not permitted to perform work under a classified award. Foreign citizens will at no time be allowed to work on Air Force installations.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5ec8daadb70e7cb8d6929480de19ae59)
 
Place of Performance
Address: Contractor's Facility, United States
 
Record
SN04006332-W 20160203/160201234436-5ec8daadb70e7cb8d6929480de19ae59 (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.