Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 08, 2020 SAM #6705
SOURCES SOUGHT

99 -- ISO53 CONTAINER/SCIF

Notice Date
4/6/2020 1:16:37 PM
 
Notice Type
Sources Sought
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
Contracting Office
FA2487 AFTC PZIE EGLIN AFB FL 32542-6886 USA
 
ZIP Code
32542-6886
 
Solicitation Number
SS24870007
 
Response Due
5/8/2020 1:00:00 PM
 
Archive Date
05/23/2020
 
Point of Contact
Tasha L. Monan Sharon, Phone: 8508822124, Tanya A Warden, Phone: 8508820174, Fax: 8508824561
 
E-Mail Address
tasha.monan-sharon@us.af.mil, tanya.warden@us.af.mil
(tasha.monan-sharon@us.af.mil, tanya.warden@us.af.mil)
 
Description
SOURCES SOUGHT � FOR ISO53 CONTAINER/SCIF SYNOPSIS:� The Department of Defense, United States Air Force (USAF), Air Force Test Center (AFTC), 46th Test Squadron (46 TS), Specialized Contracting Branch (PZIE) at Eglin AFB, FL is currently conducting market research seeking capabilities statements from potential sources, including small businesses (SB), 8(a), HUB Zone, Economically Disadvantaged Woman-Owned (EDWOSB), Woman-Owned (WOSB), and Service Disabled Veteran Owned (SDVOSB) small businesses that are capable of the requirement listed below. There is a growing capability in the U. S. Air Force for 5th generation data transfer and interoperability. This capability allows sharing of 5th generation Situational Awareness (SA) and tactical targeting data which interoperate over the 5th generation data links.�� As this capability moves forward, there is a need for laboratory and open air test capability to validate the interoperability of the 5th generation data link, as well as interoperability over the Link 16 network to the 4th generation aircraft and Command and Control (C2) assets.� The 46 TS at Eglin Air Force Base has an existing, demonstrable capability for evaluating datalinks through use of their Operational Facilities (OPFACs).� The 46TS has also developed a Fifth Generation Surrogate and stimulator to enhance current OPFAC capability, enabling them to fully validate 5th generation datalinks. In order to further extend these fourth and fifth generation test capabilities, the 46 TS has identified a need for a mobile environment to further support Extended Utility Evaluation (EUE).� The 46 TS requires a mobile test lab that will duplicate the functionality of the current fifth generation fixed test facility. The mobile lab will be utilized for testing at Eglin AFB as well as remote locations both CONUS, OCONUS, and US Territories and Possessions. An Excel document has been attached with the requirements of this effort.� This effort will be limited to 200 mile radius from 32542. All interested vendors shall submit a response demonstrating their capabilities to meet the requirements to the POC listed below.� 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 NAICS Code assigned to this acquisition is 332311,Prefabricated Metal Building and Component Manufacturing, with a size standard of 750.� Respondents should indicate their size in relation to this size standard and indicate socio-economic status (i.e. SB, 8(a), HUB Zone, EDWOSB, WOSB, or SDVOSB).� The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent action.� All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract.� No set-aside decision has been made.� 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.� Any information submitted by respondents to this sources sought is voluntary.� This sources sought notice 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.� Respondents will not be individually notified of the results of any government assessments.� The Government�s assessment of the questionnaire responses received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small business, or any particular small business program.� CAPABILITIES STATEMENT:� All interested U.S. vendors shall submit a response that explicitly demonstrates their capability to provide/perform the requirement stated in this notice.� The response should be brief and concise, yet clearly demonstrate an ability to meet the stated requirement.� The response must not exceed fifty (50) pages, 8.5� x 11� paper, 12 pitch, Times New Roman font, with a minimum of one (1) inch margins all around.�� Responses should include the company name, CAGE code, point of contact, address, and phone number.� Small businesses with only partial capabilities of this requirement are encouraged to submit their response 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. Responses may be submitted electronically to the following e-mail address: tasha.monan-sharon@us.af.mil.� All correspondence sent via email shall contain a subject line that reads �ISO53� 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.� Package sizes greater than 5 megabytes shall be submitted via the Army�s Safe Access File Exchange, located at https://safe.amrdec.army.mil/safe/.� �� All responsible sources may submit information that shall be considered by the agency. �If late information is received, it may be considered, depending on agency time constraints. �All routine communications regarding the announcement should be directed to the contractual point of contact listed in this posting. �The Government may or may not use any responses to this sources sought as a basis for a subsequent project/requirement.� Any project/requirement developed from the sources sought responses may be the subject of a subsequent acquisition; any such subsequent acquisition will be posted in FedBizOpps.gov separately. �Responses to this sources sought will not be returned. �The Government is under no obligation to acknowledge receipt of the information received, or provide feedback to the respondents with respect to any of the information submitted under this sources sought. �No requests for a bid package or solicitation will be accepted; a bid package or solicitation does not exist at this time. �In order to protect the integrity of any possible future acquisition, no additional information will be provided and no appointments for presentations will be made in reference to this sources sought. It is possible that in addition to government employees, Contractor subject matter experts may review submitted responses to this sources sought. �Respondents are advised that employees of commercial firms under contract with the Government may be used to administratively process submissions and perform other administrative duties requiring access to other contractor�s proprietary information. �These administrative support contractors include nondisclosure agreements prohibiting their contractor employees from disclosing any information submitted by other contractors or using such information for any purpose other than that for which it was furnished. RESPONSES ARE DUE NO LATER THAN 3:00 P.M. (CST) ON 08 May 2020.� Direct all questions concerning this requirement to the POC Tasha Monan Sharon at tasha.monan-sharon@us.af.mil.� Alternate POC is Tanya Warden, Contracting Officer at tanya.warden@us.af.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/07641612312d4c1282486f2805c1b61d/view)
 
Record
SN05612046-F 20200408/200406230150 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.