SOURCES SOUGHT
R -- Analysis Support for C-130J - Sources Sought C130 Support
- Notice Date
- 2/29/2016
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFLCMC/PZJ - Eglin, 205 W D Ave, Bldg 350, Ste 414, Eglin AFB, Florida, 32542, United States
- ZIP Code
- 32542
- Solicitation Number
- FA865616R0141
- Archive Date
- 3/30/2016
- Point of Contact
- James Pattullo, Phone: 8508824228, David Fondacaro, Phone: 8508820156
- E-Mail Address
-
james.pattullo@us.af.mil, david.fondacaro.3@us.af.mil
(james.pattullo@us.af.mil, david.fondacaro.3@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- SOW for C130J Support SOURCES SOUGHT The Department of Defense, United States Air Force (USAF), Air Force Materiel Command (AFMC), Air Force Life Cycle Management Center (AFLCMC), Rapid Acquisition Cell, Eglin AFB in support of USSOCOM Det 1, is seeking currently conducting market research seeking capabilities statement from potential sources, including small businesses (SB), 8(a), HUBZone, Economically Disadvantaged Woman-Owned (EDWOSB), Woman-Owned (WOSB), Service Disabled Veteran Owned (SDVOSB) small business that are capable to provide Test and Evaluation Analysis Support for C-130J in accordance with the attached Statement of Work (SOW). USSOCOM requires the ability to maximize the use of operational assessments and developmental test (DT) period prior to entering operational testing (OT). As such the government must prove that all knowledge is sharable between the test organizations. USSOCOM requires that the contractor design and develop the knowledge base to support test planning, execution and analysis for the C-130 program during developmental and operational test. The DT phase will verify that system requirements for the C-130J have been met prior to an Operational Test Readiness Review (OTRR) and commencement of OT. At the conclusion of DT the contractor will provide all analytic materials in the form of a final report to be used to certify the plane is ready for dedicated OT. CAPABILITIES STATEMENT: All interested vendors shall submit a capabilities statement in accordance with the Statement of Work to the Point of Contacts listed below that explicitly demonstrates their capability to provide/perform the requirement stated in this notice. The capabilities statement should be brief and concise, yet clearly demonstrate an ability to meet the stated requirement. The response must not exceed 15 pages. Small businesses with only partial capabilities of this requirement are encouraged to submit their capabilities statement demonstrating the portion of the requirement they are capable of providing/performing. This information will allow the Government to identify areas of possible breakout or possible subcontracting opportunities. Proposals are not being requested or accepted at this time. 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 (Request for Proposal) exists at this time; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. The proposed North American Industry Classification System (NAICS) code is 541330-Engineering Services with size standard of $38.5M Dollars. No set-aside decision has been made yet. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime contractors must perform at least 50% of the effort, as defined in FAR Clause 52.219-14.Respondents should indicate their size in relation to this size standard and indicate socio-economic status (i.e. SB, 8(a), HUBZone, EDWOSB, WOSB, or SDVOSB). Respondents are further requested to indicate their status as a Foreign-owned/Foreign-controlled firm and any contemplated use of foreign national employees on this effort. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent action. All interested contractors must be registered in the System for Award Management (SAM) government website at www.sam.gov to be eligible for award of government contracts. RESPONSES ARE DUE NO LATER THAN 8:00 A.M. (CST) ON 15 March 2016. Responses must be submitted electronically to the following e-mail address: james.pattullo@us.af.mil AND david.fondacaro.3@us.af.mil. All correspondence sent via email shall contain a subject line that reads " FA8656-16-R-0141, Analysis Support." If this subject line is not included, the e-mail may not get through e-mail filters at Eglin AFB. Filters are designed to delete emails without a subject or with a suspicious subject or attachment. Attachments with files ending in.zip or.exe are not allowable and will be deleted. Ensure only.pdf,.doc,.docx,.xsls, or.xls documents are attached to your email. All other attachments may be deleted. Direct all questions concerning this requirement to james.pattullo@us.af.mil AND david.fondacaro.3@us.af.mil. Attachment 1 Statement of Work
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/07cc802031d08cd2878083d4176abecd)
- Place of Performance
- Address: Eglin AFB, Eglin AFB, Florida, 32542, United States
- Zip Code: 32542
- Zip Code: 32542
- Record
- SN04034319-W 20160302/160229235129-07cc802031d08cd2878083d4176abecd (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 |