SOLICITATION NOTICE
16 -- KC-46 Thermal Radiation Resistant Shades
- Notice Date
- 7/18/2022 8:33:15 AM
- Notice Type
- Presolicitation
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- FA8609 AFLCMC WKK WRIGHT PATTERSON AFB OH 45433-7108 USA
- ZIP Code
- 45433-7108
- Solicitation Number
- FA8609-23-D-XXXX
- Response Due
- 8/2/2022 9:00:00 AM
- Point of Contact
- Kathryn Skaleski, Daniel Nourse
- E-Mail Address
-
Kathryn.Skaleski@us.af.mil, Daniel.Nourse@us.af.mil
(Kathryn.Skaleski@us.af.mil, Daniel.Nourse@us.af.mil)
- Description
- NOTICE OF INTENT TO SOLICIT SOLE SOURCE The United States Air Force (the Government) intends to issue a Request for Proposal (RFP) for a Firm-Fixed-Price (FFP) Indefinite Delivery/Indefinite Quantity (IDIQ) contract to Kennon Products under the authority of 10 U.S.C. 3204(a)(1) (previously 10 U.S.C. 2304(c)(1)), as implemented by FAR 6.302-1 (Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements) in the first or second quarter of FY23. The Government intends to award a FFP IDIQ contract in FY 2023 with a ceiling of $4.32M with one (1) five-year ordering period. Product description: The Government has a requirement for the fabrication, procurement, delivery, etc. of shipsets of Thermal Radiation Resistant Shades (Thermal Curtains) that support OPLAN 044/8011/Nuclear Environment Support and are constructed of materials that conform to AMS 3673C thermal radiation resistance protection specifications for the KC-46 fleet. This notice of intent is not a request for competitive proposals. However, all responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the Government. The Government will consider responses received within 15 days of issuance of this notice. Information received will normally be considered solely for the purpose of determining whether or not to conduct a full and open competitive procurement or a small business set aside competitive procurement. The Government will not pay for any information received in response to this announcement. If the Government decides to compete this requirement, an additional synopsis shall be issued. If this effort becomes a Small Business Set-Aside, FAR 52.219-14, Limitation on Subcontracting, will apply. Therefore, small businesses that want to be considered for a small business set-aside should demonstrate how they intend to comply. A determination not to compete the requirement based upon responses to this notice is solely within the discretion of the Government. Contractors should be aware of the following information: Contractors must include the following information: Points of contact, addresses, email addresses, phone numbers. Identification as a large U.S. business, a small U.S. business, a foreign business. Please note that size indicated should be based on the NAICS code for this effort listed above. Identification of any other socioeconomic status, including: Women-Owned Small Business, Economically Disadvantaged Small Business, 8(a), Service Disabled Veteran Owned Small Business, Veteran Owned Small Business, or HUBZone. Company CAGE Code or Unique Entity Identifier (UEI) Number. Submitted information shall be UNCLASSIFIED. Responses are limited to 10 pages, double spaced, 12 size font, in a Microsoft Word compatible format. Responses should be emailed to Kathryn Skaleski at kathryn.skaleski@us.af.mil and Daniel Nourse at daniel.nourse@us.af.mil no later than 5 August 2022, 12:00 PM (NOON) EDT.� Any questions should be sent via email.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/e734b3afd4f84b14bd161a75465358b3/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06392520-F 20220720/220718230059 (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 |