Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 25, 2018 FBO #6119
SOURCES SOUGHT

36 -- Mach 14 Diaphragm Area Refractory Hardware

Notice Date
8/23/2018
 
Notice Type
Sources Sought
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, HQ Arnold Engineering Development Complex (AEDC) - Arnold, 100 Kindel Drive, Suite A-335, Arnold AFB, Tennessee, 37389-1335, United States
 
ZIP Code
37389-1335
 
Solicitation Number
FA9101-18-Q-0031
 
Point of Contact
Robert Mosley, Phone: 9314546706, Christopher M. Fanning, Phone: 9314544458
 
E-Mail Address
robert.mosley.3@us.af.mil, christopher.fanning.1@us.af.mil
(robert.mosley.3@us.af.mil, christopher.fanning.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR QUOTATION/PROPOSAL (RFQ/RFP). THIS SOURCES SOUGHT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. THIS NOTICE SEEKS INFORMATION ON COMMERCIAL OFF THE SHELF ITEMS. INTRODUCTION The scope of this effort is to fabricate Tunnel 9 Diaphragm Area Hardware to meet the operational needs of the Tunnel 9 facility. The fabricator shall manufacture the items listed in Table 1 according to their corresponding drawings. The fabricator shall supply a copy of the required reports specified in each drawing. The fabricator shall supply a 100% inspection report for each part. The fabricator shall supply a certificate of compliance for each part. Upon completion, all parts will be shipped to the Tunnel 9 facility, Arnold Engineering Development Complex-White Oak, 10905 New Hampshire Ave, Silver Spring, MD 20903-1050. Drawings and parts subject to distribution statement as contained in the drawings. The result of this market research will contribute to determining the method of procurement, if a requirement materializes. Based on the responses to this sources sought notice/market research this requirement may result in a single source acquisition, set-aside for small businesses (in full or in part), or procured through full and open competition. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding submissions. PROGRAM BACKGROUND: **See Eligibility to request Statement of Work and drawings for this procurement. REQUIRED CAPABILITIES: **See Eligibility to request Statement of Work and drawings for this procurement. ELIGIBILITY **The above referenced drawings contain Export Controlled (Unclassified) information. Therefore, Vendors must be listed as "active" in the Defense Logistics Agency - Logistics Information Service - Joint Certification Program (JCP U.S./Canada) in order to be eligible for this contract. (See https://public.logisticsinformationservice.dla.mil/jcp/search.aspx to verify the vendor certification or contact DLA Customer Interaction Center at 1-888-352-2255). To request the Statement of Work and Drawings, email Robert Mosley, robert.mosley.3@us.af.mil, include your company's Cage Code in the email. If your company is active in the website above the SOW and Drawings will be sent via AMRDEC Safe Access File Exchange Webisite: https://safe.amrdec.army.mil/safe/Welcome.aspx. The applicable NAICS code for this requirement is 332999, All Other Miscellaneous Fabricated Metal Product Manufacturing, with a Small Business Size Standard of 750 employees. The Product Service Code (PSC) is 3695, Miscellaneous Special Industry Machinery. SUBMISSION DETAILS Interested businesses should submit a brief capabilities statement package (no more than ten 8.5 X 11 inch pages, font no smaller than 10 point) demonstrating ability to provide the products listed in this Technical Description. Documentation should be in bullet format. No phone or email solicitations with regards to the status of the RFQ will be accepted prior to its release. Your capabilities statement must provide evidence of being able to supply all items identified above. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Robert Mosley in either Microsoft Word or Portable Document Format (PDF), via email robert.mosley.3@us.af.mil no later than 12:00 p.m. CST on 7 September 2018 and reference this synopsis number in subject line of e-mail and on all enclosed documents. Information and materials submitted in response to this request WILL NOT be returned. DO NOT SUBMIT CLASSIFIED MATERIAL. After review of the Statement of Work and drawings, if your organization has the potential capacity to provide the required products/systems, please provide the following information: 1) Organization name, address, primary points of contact (POCs) and their email address, Web site address, telephone number, and type of ownership for the organization 2) Tailored capability statements addressing the requirements of this notice, with appropriate documentation supporting claims of your firm's capability to meet our technical requirements. If you are submitting a substitute item, you must provide technical detail sufficient for AEDC to determine if your proposed item(s) will meet our need. Additionally, the submission should outline what vehicles can be utilized to obtain the items provided in this sources sought notice such as GSA (provide schedule), or any other existing contract vehicle. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AEDC/FA9101-18-Q-0031/listing.html)
 
Record
SN05053050-W 20180825/180823231504-76fed97ceda7d71a7da073fa6cd71a45 (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.