SOURCES SOUGHT
16 -- F-35A Travel Pod
- Notice Date
- 9/8/2022 9:37:54 AM
- Notice Type
- Sources Sought
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- FA8693 AFLCMC F-35 FLEET MGMNT OZJ WRIGHT PATTERSON AFB OH 45433-7424 USA
- ZIP Code
- 45433-7424
- Solicitation Number
- FA8693
- Response Due
- 10/10/2022 2:00:00 PM
- Point of Contact
- Lt. Col. Michael Mealiff, Mr. Greg Sutherland
- E-Mail Address
-
michael.mealiff.1@us.af.mil, gregory.sutherland@us.af.mil
(michael.mealiff.1@us.af.mil, gregory.sutherland@us.af.mil)
- Description
- REQUEST FOR INFORMATION F-35A Travel Pods The Air Force F-35 Fleet Management Office (FMO, AFLCMC/XP-OZ/OZJ) is seeking information on companies with the capability to produce and deliver up to approximately 300 Travel Pods for the United States Air Force�s (USAF�s) F-35A fleet. Pursuant to FAR Part 10 (Market Research), the purpose of this notice is to: (1) determine what sources capable of satisfying the agency�s requirements exist; (2) ascertain potential market capacity; (3) determine the small business presence in the market. DISCLAIMER: THIS REQUEST FOR INFORMATION is for Market Research purposes only and is being used as an instrument to identify potential sources that can provide the capabilities described within this notice. The information provided in this notice is subject to change and is not binding on the Government. This notice does not constitute an Invitation for Bids (IFB) or a Request for Proposal (RFP) and is not a commitment by the U.S. Government to procure subject services. No funds are available to pay for preparation of responses to this notification.� Additionally, all submissions become government property and will not be returned. No basis for a claim against the Government shall arise as a result from a response to this RFI. Background The USAF requires a F-35A travel pod solution for cargo transfer inter- and intra-theater.� It is imperative an adequate number of travel pods be procured to ease the burden of shipping various items via other commercial/military cargo means. Scope of Anticipated Capability Air Force anticipates a Travel Pod requirement will consist of the following technical specifications: Seek Eagle and Federal Aviation Administration (FAA)/Joint Program Office (JPO) Airworthiness certifications and a viable sustainment plan,� Capable of internal carry interfacing with BRU-68A stations 4 & 8, Minimum 8 cubic feet usable volume, Minimum 300-pound cargo capacity, Tare weight less than 110 pounds, Capable of two-person lift, Forward, rear, and side access, with configurable integrated tie-down system(s) for securing cargo and stabilization feet, and, Maximum dimensions of 18-feet long and an 18.2-inch diameter. Requested Information The Fleet Management Office is surveying the market to determine if any sources are qualified to perform the aforementioned requirement. The government respectfully requests that the format for each capabilities statement address each bullet below with a corresponding response specific only to the information requested for that bullet. Capabilities statements must describe the company and its recent and relevant experience supporting systems of similar scope including but not limited to the following: Company name, address, CAGE Code and DUNS number. Point of contact name, title, telephone number, and email address. Small Business Status/Categories as appropriate. Also, each company should indicate their business size: other than small business, small business, small disadvantaged business, 8(a), woman-owned, economically disadvantaged women-owned, service-disabled, veteran-owned, and/or HUBZone in accordance with the stated NAICS code and size standard. The North American Industry Classification System (NAICS) code assigned to this acquisition is 336413, ""Other Aircraft Parts and Auxiliary Equipment Manufacturing"", with a size standard of 1,250 employees. Firms responding should indicate their size in relation to this size standard. Provide a reasonable expectation for small business utilization as a percent of total contract value. Please provide supporting rationale for the recommended percentage. Are you an established supplier of Goods�and/or�Services to the U.S. Government?��If yes, please supply cage code and NAICS code(s)�for which you have performed.� Are you currently performing on a Department of Defense�(DoD)�Indefinite-Delivery/Indefinite-Quantity (IDIQ)�contract/ordering instrument�where the�existing�scope could incorporate the�USAF�s�current�requirement�as a task order?� If yes, please provide contract number and DoD Contracting Officer.� What are your typical payment terms?� Do you require any special financing?� What are your typical delivery terms?� Can you meet diverse shipping requirements (Including international)? In addition to the questions above, please include responses to the following questions:� Do you have the necessary infrastructure (Plant, Machining, Labor, Capital, Supply Chain, and Storage) to deliver�on the USAF�s exact requirement?� Are you in need of any additional resources to facilitate the fabrication of USAF�s stated requirement?� If so, what? The Company�s capability/experience to execute the scope of task as mentioned in Section 3.0. The Company�s capability to create and maintain all requisite security agreements and checklists. Describe any other relevant topics, concerns, and information that will help the Government in forming an acquisition strategy. This may include suggestions on contracting and pricing strategies.� Organizational Conflict of Interest: Organizational Conflict of Interest (OCI), as defined and discussed in FAR 9.5, Organizational and Consultant Conflicts of Interest, is a concern in all acquisitions across the Department of Defense.� Early involvement with our industry partners is a key element of the OCI process, and it is critical for the Government to be able to identify any potential OCI issues as early as possible for an acquisition.� This would allow ample time to address and evaluate any potential OCI issues, if required, prior to contract award with minimal impact to critical acquisition schedules.� Interested Offerors are requested to evaluate any potential OCI issues regarding this requirement for F-35A Travel Pods, and the contractor is encouraged to identify any OCI issues, as stated in FAR 9.5 to the Contracting Officer.� This will assist the Contracting Officer in determining if the contractor will need to submit an OCI Mitigation Plan for any solicitation that might result from this notice. Response Information: The capabilities statement should be brief, concise, answer all questions from Section 4.0 and clearly demonstrate an ability to meet the stated requirements. Recent and relevant experience must be provided for each area. If a company is capable of some, but not all of the consolidated requirements stated in this Sources Sought Synopsis, please provide a response that explains the requirements for which the company is capable and how it would propose to fill the gaps. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. Responses are limited to ten (10) pages (Title Page/Cover sheet and Table of Contents are not necessary), single sided, page size of 8.5"" X 11"",12 point font, 0.75"" margins, using Microsoft Word. Information should demonstrate the experience necessary to successfully support F-35A Travel Pod production. Past project references must relate to the experience described in this announcement. All responses shall be submitted via email to Mr. Greg Sutherland at gregory.sutherland@us.af.mil and Lt. Col. Michael Mealiff at michael.mealiff.1@us.af.mil no later than 10 October 2022 at 5:00PM EDT. Responses that are submitted later than 10 October 2022 at 5:00PM EDT may not be considered. Points Of Contact: Submit questions regarding this request to the cognizant Contracting Officer, Lt. Col. Michael Mealiff, at michael.mealiff.1@us.af.mil.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/b6c6b3c81d9b4371a1cdd99a8f880646/view)
- Place of Performance
- Address: Dayton, OH 45433, USA
- Zip Code: 45433
- Country: USA
- Zip Code: 45433
- Record
- SN06458416-F 20220910/220908230133 (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 |