SOURCES SOUGHT
U -- Test and Tools Methodology (TATM) - Performance Work Statement
- Notice Date
- 9/21/2016
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, HQ Air Force Test Center (AFTC) - Edwards, 5 S WOLFE AVE, Edwards AFB, California, 93524-1185, United States
- ZIP Code
- 93524-1185
- Solicitation Number
- F1S0AX6244B001
- Archive Date
- 10/11/2016
- Point of Contact
- Falilou T. Diouck, Phone: 6612778454
- E-Mail Address
-
falilou.diouck@us.af.mil
(falilou.diouck@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- PWS This announcement constitutes a Sources Sought Synopsis and Request for Information (RFI) to afford industry an opportunity to provide information regarding their capabilities for performing the highly specialized complex electronic warfare (EW) test and tools methodology (TATM), training and analysis development in the primary areas of infrared (IR) and radio frequency (RF), IR and RF countermeasure systems, low observable weapon systems, aircraft survivability, net-centric warfare systems, mission effectiveness, and sensor fusion for the Electronic Warfare Group (412 TW/EWG) located at Edwards AFB, CA. This is not a Request for Proposal (RFP) or an Invitation for Bid (IFB), nor is it to be construed as a commitment by the U.S. Government to form a binding contract. Parties that respond will not be paid for the information submitted. The Air Force is hereby requesting capability statements and other information from interested sources. The tool development and associated training are necessary for developing and increasing the proficiency of EW engineers involved in test and evaluation in the aforementioned EW technical areas. GENERAL INFORMATION: The 412th Test Wing, Electronic Warfare Group, 771st Test Squadron, Edwards AFB is in the process of determining the acquisition strategy for this requirement. The AFTC anticipates awarding a Single Source contract under NAICS code 541330 with a size standard of $15M. The projected contract will be for 3 years (one base year and three options year contract). System for Award Management (SAM) registration will be mandatory for this contract (see SAM website at sam.gov). Responses will contribute to the Market Research Report as part of the acquisition strategy development process. Sources responding are invited to provide input and recommendations concerning contract type, contract clauses, and other aspects of the acquisition and anything else that may help to develop an efficient and effective acquisition program. If sufficient responsible and capable sources are identified, a formal RFP will be posted on FedBizOpps. Interested parties are requested to furnish a capability statement detailing their capabilities to provide these services, include highlights of experience on similar government or commercial contracts/agreements. In addition, provide a list of any contracts or other agreements similar in nature, the program/project name, contract number or other identifier, administering office/address, and the point of contact with the current telephone number. The AFTC will not pay for information or comments provided and will not recognize any costs associated with submission of comments. Please provide your response in Microsoft Word or a Microsoft Word compatible format. Submissions should be to the point and no more than 10 double spaced pages. Responses shall not be proprietary and will be unclassified. See attached Performance Work Statement (PWS) for details. Interested firms are requested to submit the information no later than 9:00am PT on September 26, 2016. Small Business sources responding should state their business size status based on the NAICS referenced above and whether they are interested as a prime or subcontractor. Replies to this RFI should be sent via email to Sam Diouck, Contract Specialist/Contracting Officer, AFTC/PZIEB at falilou.diouck@us.af.mil and Cc Michele Cameron, Contracting Officer, AFTC/PZIEB at michele.cameron@us.af.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFFTC/F1S0AX6244B001/listing.html)
- Place of Performance
- Address: 5 S Wolfe Ave, Lancaster, California, 93524, United States
- Zip Code: 93524
- Zip Code: 93524
- Record
- SN04282532-W 20160923/160921235812-89d4a9f9fbe6fea90951370701105136 (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 |