SOURCES SOUGHT
99 -- Parachute Canopies
- Notice Date
- 11/5/2020 2:44:54 PM
- Notice Type
- Sources Sought
- NAICS
- 314999
— All Other Miscellaneous Textile Product Mills
- Contracting Office
- FA3002 338 ESS CC JBSA RANDOLPH TX 78150-4300 USA
- ZIP Code
- 78150-4300
- Solicitation Number
- AFICC_FA3002-21-RFI-SWTSS
- Response Due
- 11/17/2020 6:00:00 AM
- Archive Date
- 12/02/2020
- Point of Contact
- Jessica Santos, Phone: 2106529757, Audra Cardona, Phone: 2106529197
- E-Mail Address
-
jessica.santos@us.af.mil, audra.cardona@us.af.mil
(jessica.santos@us.af.mil, audra.cardona@us.af.mil)
- Description
- SUBJECT: Request for Information (RFI) Special Warfare Training Support Squadron (SWTSS) Aircrew Flight Equipment (AFE) Life Cycle Replacement, Equipment Sustainment, and Mission 1.� This is NOT a request for proposal � IAW FAR 5.204 this is a Request for Information (RFI) for the SWTSS AFE Life Cycle Replacement, Equipment Sustainment, and Mission.� 2.� The Air Force Installation Contracting Center (AFICC) � 338 Enterprise Sourcing Squadron (ESS), JBSA-Randolph Air Force Base, Texas 78150-4302, intends to award a firm-fixed price contract. The anticipated contract will be a commercial contract.� The North American Industrial Classification (NAICS) code for this effort is 314999 with a size standard of 500 employees is determined to be the most appropriate for this acquisition. However, please also include your recommendation of the most applicable NAICS code for this requirement.� 3.� The SWTSS requires contract support to provide equipment required to produce operators proficient in jump currencies and to meet required training objectives. This will include a purchase of new main and reserve non-standard parachute canopy units, listed in the attached Statement of Work (Attachment 1). 4.� This RFI is NOT a request for proposals or quotations. Requests for copies of a solicitation in response to this notice will not be honored or acknowledged. A determination by the Government to compete this proposed action based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether conducting a competitive procurement is in the best interest of the Government. Vendors will not be reimbursed for any costs associated with responses to this RFI. 5.� Response Format: Please provide answers for each of the following question, utilizing the existing numbering scheme for each response and limiting your total response for this RFI to no more than one (1) page: � � �5.1. All interested parties are invited to provide the following information: � � � � � a. Company Name, Commercial and Government Entity (CAGE) Code�and Data Universal Numbering System (DUNS) Number. � � � � � b. Point of Contract (to include phone and email) � � � � � c. Website URL, if applicable � � � � � d. State if your company is SAM registered under NAICS code 314999. � � �5.2. Can your company meet all the description of supplies described in the attached draft statement of need (SON)? � � �5.3. What, if any risk or unknowns would hinder your ability to meet the requirement? � � �5.4. Please also include your recommendation of the most applicable�NAICS code for this requirement.� 6.� The Government reserves the right to decide whether or not a SB set-aside is appropriate based on responses to this notice. In order for the Government to make a SB set-aside determination, it is emphasized that SB concerns provide sufficient written information to indicate their capability to successfully perform and manage all the requirements of this magnitude. � � � � � a.� State your business type (Large business, Small business, Small�Disadvantaged business (SDB), 8(a)-Certified Small Disadvantaged�business, HUBZone Small business, Woman-Owned Small business�(WOSB), Veteran-Owned Small business (VOSB), Service-Disabled�Veteran-Owned Small business (SDVOSB) based upon the for North�American Industry Classification System (NAICS) code 314999. 7.� All interested firms that possess the capabilities and capacities addressed herein are encouraged to respond to the notice by providing the information specified above no later than 8:00 AM (CST), on 17 Nov 2020. Information shall be provided via e-mail. You may forward your responses and/or submit questions regarding this synopsis to the POCs identified below. Contract Specialist: Audra Cardona, audra.cardona@us.af.mil Contracting Officer: Jessica Santos, jessica.santos@us.af.mil Attachments: Attachment 1- Draft Statement of Work
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/7e6d2b7a13234a0e9d1e1077e8f25721/view)
- Place of Performance
- Address: JBSA Lackland, TX 78236, USA
- Zip Code: 78236
- Country: USA
- Zip Code: 78236
- Record
- SN05847698-F 20201107/201105230148 (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 |