Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 02, 2017 FBO #5609
SOURCES SOUGHT

R -- Enterprise Product Support Engineering Effort Increase - Sources SOught

Notice Date
3/31/2017
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
General Services Administration, Federal Acquisition Service (FAS), FAS Acquisition Operations Division (5QZA), 230 S. Dearborn Street, Room 3280, Chicago, Illinois, 60604, United States
 
ZIP Code
60604
 
Solicitation Number
ID05140071increase
 
Archive Date
4/26/2017
 
Point of Contact
Melanie B. Pollard, Phone: 9373064819
 
E-Mail Address
melanie.pollard@gsa.gov
(melanie.pollard@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
SOO Enterprise Product Support Engineering Effort Solicitation Number: ID05140071 Agency: General Services Administration Office: Federal Acquisition Service (FAS) Location: FAS Contracting Division (5QZAB) Notice Type: Sources Sought for a $51,000,000.00 increase on Indefinite Delivery/Indefinite Quantity (IDIQ) contract GS05Q15BMD0001 (GSA ITSS # ID05140071) that provides Product Engineering Support to the Product Support Engineering Division (EZP) at WPAFB Synopsis: OPENING STATEMENT: The Governments objective is to purchase commercial services in support of the Air Force Life Cycle Management Center (AFLCMC) Product Support Engineering Division (EZP). The purpose of this notice is to (1) solicit the names of interested vendor(s) and their business size. The Government will use this market research in determining its solicitation strategy, and (2) announce the pending release of a solicitation for the required electrical services. To obtain market information, the Government requests that all interested parties RESPOND TO THE FOLLOWING QUESTIONS ON OR BEFORE 11 April 2017. RESPONSES TO THIS NOTICE: Vendors who can fulfill this requirement and who would be interested in submitting a proposal, in the event that a solicitation is issued, are requested to provide the following information in response to this request - 1. Name of Company: 2. Address of Company: 3. Name, phone number and email address of company representative. 4. Company size standard and/or socio-economic standing; i.e., large business, small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, or women-owned small business. 5. A statement confirming that you have reviewed and can comply with the work description summary included with this announcement (below). Responses should be emailed to: Melanie Pollard, Contracting Officer, at melanie.pollard@gsa.gov. REQUIRING ACTIVITY: This is a requirement of the Air Force Life Cycle Management Center (AFLCMC) Product Support Engineering Division (EZP), Wright Patterson AFB, Ohio 45433. EZP is responsible for market research to identify potential sources that possess the expertise, capabilities, and experience to meet Air Force needs in the identification, development, testing, and implementation of environmental and energy technologies. The vendor selected to fulfill this requirement will support this mission objective. As prescribed by FAR 5.207, the following information is provided. (1a) National Stock Number (NSN) if assigned: Not Applicable (1b) NAICS Code: 541330 Engineering Services (1c) Product Service Code: R408 - Program Management/Support Services (1d) Small Business Size Standard: Average annual receipts over the past three years not exceeding $7 million. (2) Specification/Description of Requirement (summary): General Scope - The contractor shall perform research, development, test and evaluation (RDT&E) and transition of new technologies to reduce or eliminate hazardous chemicals, materials, and waste streams through cost-effective programs and practices, while improving energy efficiency and reducing greenhouse emissions. Specifically, projects will target technologies that reduce or eliminate chromium, cadmium, nickel and petroleum based products as well as reduce or eliminate Hazardous Air Pollutants (HAPs), Volatile Organic Compounds (VOCs), Class I and II Ozone Depleting Substances (ODS), global warmers, and Biochemical Oxygen Demand (BOD), and to increase the use of renewable and alternative fuels. To perform this contract the Contractor will be evaluated on corporate experience and the experience of the proposed staff to perform all aspects of the work. A number of specialized skills or certifications will be required. As a minimum, these include the but not limited to the following: (1)technical studies and analyses, (2) concept development and validation, (3) technical and test requirements development and analysis, (4) cost-benefit analysis, (5) systems design, fabrication, and assembly, (6) engineering and integration, and (7) test and evaluation. The following are representative of the issues and technologies that may be addressed in the program. (a) Perform RDT&E and transition of alternatives to heavy metal plating chemistry (electrolytic and electroless) and associated application to Air Force weapon systems. (b) Perform RDT&E and transition of alternatives to chemical and mechanical cleaning materials and processes currently used on Air Force weapon systems. (c) Perform RDT&E and transition of alternatives to organic corrosion preventative systems currently used on Air Force weapon systems. (d) Perform RDT&E and transition of alternatives to inorganic corrosion preventative systems currently used on Air Force weapon systems. (e) Perform RDT&E and transition of alternatives to application and removal of organic coating systems currently used on Air Force weapon systems. (f) Perform RDT&E and transition of other recycle/recovery/reuse alternatives to materials and processes currently used on Air Force weapon systems. (g) Perform RDT&E and transition of alternatives to petroleum based energy including renewable sources.. (3) Manufacturer: Not Applicable (4) Size, dimensions, or other form, fit or functional description: Not Applicable (5) Predominant material of manufacture: Not Applicable (6) Quantity, including any options for additional quantities: It is anticipated that the contract will use a combination of fixed price and time & material pricing. (7) Unit of issue: Not Applicable (8) Destination information: End items shall be delivered to, and services perform at, AFRL/PR at Wright Patterson AFB, Ohio or satellite locations. (9) Delivery schedule: As prescribed on individual task directives. (10) Duration of the contract period: performance ends 30 June 2020 or when the current $99,000,000 ceiling is reached (11) Contract award -- (i) This sources sought notice is for the increase to the current IDIQ. A follow on IDIQ is planned for a future date. A description of the procedures to be used in awarding that follow on contract: Open Market request for proposals. The Government has not yet determined the procurement strategy for the follow on effort.. (ii) The anticipated extension award date. 15 May 2017 (12) Architect-Engineer project Information: Not Applicable (13)(i) FAR clause at 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act, or an equivalent agency clause: Not Applicable (ii) FAR clause at 52.225-5, Trade Agreements, or an equivalent agency clause: Not Applicable (iii) FAR clause at 52.225-11, Buy American Act-Construction Materials Under Trade Agreements, 52.225-23, Required Use of American Iron, Steel, and Other Manufactured Goods-Buy American Act-Construction Materials Under Trade Agreements, or an equivalent agency clause: Not Applicable (14) Non-Competitive Information: Not Applicable (15) Fair Opportunity/Award Consideration: Solicitation strategy has not yet been finalized. In the absence of adequate response to this notice from eligible and technically responsive small businesses the Government anticipates soliciting all responsible sources. (16) Solicitation Availability: The solicitation, for a follow on IDIQ, will be released in approximately 60 to 120 days. The solicitation will be released through this GPE (Government-wide Point of Entry) portal (FedBizOpps). A written (hard copy) solicitation will not be issued. (17) Electronic Data Interchange: Not Applicable (18) Technical Data Source: Solicitation END OF SYNOPSIS
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/fa37e418a773ed58bae1048eb06c4fd6)
 
Place of Performance
Address: Wright-Patterson AFB, Wright-Patterson AFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN04456242-W 20170402/170331235206-fa37e418a773ed58bae1048eb06c4fd6 (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.