SOURCES SOUGHT
93 -- PLZT Mounting Solution - Sources Sought
- Notice Date
- 12/4/2020 10:01:04 AM
- Notice Type
- Sources Sought
- NAICS
- 326199
— All Other Plastics Product Manufacturing
- Contracting Office
- FA8606 AFLCMC WNUK WRIGHT PATTERSON AFB OH 45433-7205 USA
- ZIP Code
- 45433-7205
- Solicitation Number
- WNUK-21-002
- Response Due
- 12/18/2020 12:00:00 PM
- Archive Date
- 01/02/2021
- Point of Contact
- Kevin Lawson, Phone: 9379383800, Lila Ivanovska, Phone: 9379043496
- E-Mail Address
-
Kevin.Lawson.3@us.af.mil, lila.ivanovska@us.af.mil
(Kevin.Lawson.3@us.af.mil, lila.ivanovska@us.af.mil)
- Description
- PLZT Mounting Solution Sources Sought Synopsis (SSS): # WNUK-21-002 General Introduction: 1. This announcement constitutes a Sources Sought Synopsis (SSS) only. The Air Force Life Cycle Management Center (AFLCMC) Human Systems Division (AFLCMC/WNU) is conducting a market assessment to identify potential sources and companies that may possess the expertise, capabilities, and experience to respond to the requirements listed in this document to explore cost effective options to provide this capability and to obtain valuable feedback in regards to the requirements for a PLZT (Lead- Lanthanum, Zirconate, Titanate) mounting solution that allows for aircrew members to carry one helmet due to the mount�s simplistic attachment and removal. This is intended to better enable the Government to buy an item that is closest to what the user will require in an operational environment. ALFCMC/WNU is issuing this SSS to explore cost effective options to provide this capability and to obtain valuable feedback in regards to the attached Helmet Adapter Assembly System�Specification�and draft Statement of Work (SOW). This SSS is issued solely for information and planning purposes and will be considered to determine the acquisition strategy for the PLZT mount as well as future solicitations. 2. This is not a request for a quote, request for proposal, or an invitation to bid, nor is this to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Additionally, this SSS does not restrict the Government to a particular acquisition approach. The Government will not reimburse or pay for any information submitted in response to this SSS or any follow-up information requests. Responders are advised that the Government will not pay for any information or administrative cost incurred in response to this SSS. Please be advised that all submissions become Government property and will not be returned. All costs associated with responding to this SSS will be solely at the responding party�s expense. 3. AFLCMC is not seeking proposals at this time, and will not accept unsolicited proposals. 4. Not responding to this SSS does not preclude participation in any future Request for Proposal (RFP), if issued. Small Businesses are encouraged to provide responses to this SSS in order to assist AFLCMC in determining potential levels of competition available in the industry, as well as helping to establish a basis for developing any subsequent subcontracting goals. The acquisition strategy is still being determined. The Government�s intent is to use market research results to determine whether this requirement will be a full and open competition, a small business set aside, a sole source acquisition, or utilization of DLA contract. 5. If there is sufficient demonstrated interest and capability among small business contractors, then it may be determined that a small business set-aside is appropriate. A key factor in determining if an acquisition will be a small business set-aside is that two or more potential small business prime contractors must be capable of performing at least 50% of the effort, as defined in Federal Acquisition Regulation (FAR) 52.219-14, �Limitations on Subcontracting�. Note: The Nonmanufacturer Rule exception applies to this acquisition (see FAR 19.102(f) for more details). If it is determined that a small business set-aside is appropriate, and your company anticipates submitting a proposal as the prime contractor for a small business set- aside, please provide specific details and rationale as to how compliance with FAR 52.219-14 would be achieved, including specific details regarding teaming arrangements, etc. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. If this effort is not set-aside for small business, small business utilization will be considered. Large and small businesses should provide a reasonable expectation for small business utilization as a percent of total contract value, as well as supporting rationale for the recommended percentage. 6. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. It is the responsibility of the interested parties to monitor the Beta.SAM.gov site for additional information pertaining to this SSS. 7. Responders are solely responsible for all expenses associated with responding to this inquiry. This announcement is not to be construed as a formal solicitation. It does not commit the Government to reply to the information received, to later publish a solicitation, or to award a contract based on this information. 8. Companies may be contacted if additional information is needed to fully understand the marketplace and/or comments to the requirements. 9. Responders should also state whether they are interested in being a prime contractor for this requirement or a subcontractor. Purpose: The purpose of this SSS is to gather information on the current state and availability of vendors that are capable of providing a mount that can meet Air Force requirements for the aircrew flight equipment item as stated in the requirements and as stated in the attached System Specifcation and draft SOW. The Government is researching the quantity and type of manufacturers that can provide the PLZT mount in a timely and cost-effective manner. The feedback received will be used to assess if the requirements are achievable within industry. PLZT Mount Requirements: 1. The PLZT mount requirements are listed in the attached System Specification. Please document any feedback to each of the requirements. The scope of your comments should include the following: Clearly describe your ability to meet each of the requirements listed in the performance specification. Provide feedback on the PLZT Mount System Specification, if any. A detailed list of any Government Furnished Equipment, Property, or Information that may be needed to complete this effort, as applicable. Please provide estimated delivery costs. Delivery will be FOB Destination to various locations. Describe your existing production capability Is there an existing production line? What is your potential monthly production capacity? Include a timeline for production of approximately 500 units, 1,000 units, 1,500 units, � up to 5,000 units. Please provide the following (or similar) cost information: Pricing: Provide estimated total cost for 500 units, 1,000 units, 1,500 units, � up to 5,000 units; include price per unit. Rough Order of Magnitude (ROM): Page length should be no more than 2 pages independent of the technical information. Responders should include a description of the company�s background, experience, cost of providing the tooling, cost if tooling is provided, and any other information that demonstrates value, performance, and capabilities. If teaming is being considered, please provide a description and the impact on production. Sources Sought Responses: 1. Please provide your SSS responses to kevin.lawson.3@us.af.mil and lila.ivanovska@us.af.mil by 3:00pm EST on 18 December 2020. Title e-mail responses in the subject line of the e- mail as follows: �Response to PLZT Mounting Solution Sources Sought Synopsis # WNUK-21-002"". 2. Responses shall include the following administrative information: Company/Institute name Address Point of Contact Cage Code DUNS Number Phone Number E-mail Address Web page URL Is your company domestically or foreign owned? If foreign, please indicate the country of ownership. 3. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. The North American Industry Classification System (NAICS) code for this requirement, if applicable to the company�s capabilities, should be included in the company�s NAICS code listing in the SAM. 4. The NAICS Code for this action is 326199, size standard 750 employees. Based on the NAICS Code, state whether your company qualifies as a: Small Business (Yes/No) Woman Owned Small Business (Yes/No) Economically Disadvantaged Woman Owned Small Business (Yes/No) 8(a) Certified (Yes/No) If yes, SBA certification Date: SBA Graduation Date: HUB Zone Certified (Yes/No) Veteran Owned Small Business (Yes/No) Service Disabled Veteran Owned Small Business (Yes/No) Statement as to whether your company is domestically or foreign owned (if foreign owned, please indicate country of ownership). 5. Please limit your responses to no more than 10 pages, to include answers to the questions above; furthermore, identify a representative to support further Government inquiries and requests for clarification of the information provided, if needed. Marketing materials alone are considered an insufficient response to this Sources Sought synopsis. 6. Responders should indicate which portions of their responses are proprietary and mark accordingly. All information received in response to this SSS that is properly marked as �proprietary� will be handled accordingly. Proprietary information must be clearly marked on the outside container and on the materials inside. The Government shall not be liable for, or suffer any consequential damages, for any proprietary information not properly identified. Questions: 1. Responses to questions from interested parties will be promptly answered and posted on the Beta.SAM website, unless some release of proprietary information is involved or the answer addresses a question specific to a company or that company�s response. Post submittal, one-on-one information sessions with responders are not contemplated; however, they may be offered to responders to clarify the Government�s understanding of their submittal, the capability ramifications, or to discuss their business approach. Information feedback sessions may be offered to responders after the SSS assessments are completed. 2. AF Points of Contact (POC) for this SSS: Kevin Lawson, Contract Specialist kevin.lawson.3@us.af.mil Lila Ivanovska, Contracting Officer lila.ivanovska@us.af.mil Contracting Office Address: Bldg. 12 1981 Monahan Way Wright-Patterson AFB, Ohio 45433 3. Verbal questions will NOT be accepted. Please use the Comment Resolution Matrix (CRM) to post questions and submit them to the POCs above. All questions will be answered via posting answers to this SAM website; except as provided above. Additionally, questions must NOT contain trade secrets or classified information.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/4f1ecc62d06b4f9392c9b3562cd8248d/view)
- Record
- SN05867337-F 20201206/201204230142 (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 |