Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 29, 2023 SAM #7733
SOURCES SOUGHT

J -- Flight Test Support Services - Eglin AFB, FL

Notice Date
1/27/2023 11:48:31 AM
 
Notice Type
Sources Sought
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
FA2486 AFTC PZZ EGLIN AFB FL 32542-6883 USA
 
ZIP Code
32542-6883
 
Solicitation Number
FA248623_SS_FTSS
 
Response Due
2/28/2023 2:00:00 PM
 
Archive Date
11/24/2028
 
Point of Contact
Laura E. Segovia Figueroa, Kenneth N. Clark
 
E-Mail Address
laura.segovia_figueroa@us.af.mil, kenneth.clark.27@us.af.mil
(laura.segovia_figueroa@us.af.mil, kenneth.clark.27@us.af.mil)
 
Description
Source Sought - Request for Information The Department of Defense, United States Air Force (USAF), Air Force Materiel Command (AFMC), Air Force Test Center (AFTC), Large Dollar Services�(PZZ), is currently conducting market research seeking capabilities statement from potential sources. This is NOT a pre-solicitation notice pursuant to FAR Part 5, but is a market survey to identify sources that possess the expertise,� capabilities, and experience necessary to meet the Air Force's requirements. The 96th Test Wing (96 TW), 96th Cyberspace Test Group (96 CTG) conducts Research, Development, Test, and Evaluation (RTD&E) and Operational Test and Evaluation (OT&E) of communications, surveillance, and other airborne and ground based electronic systems. The 96 CTG supports the United States Air Force, other Department of Defense (DoD) organizations, Department of Energy (DOE), the Federal Aviation Administration (FAA), commercial customers, and foreign entities.� Specifically the 96 CTG plans, conducts, analyzes, and reports on RTD&E and OT&E in six functional areas to include C41Systems, Datalinks and Tactical Communications, Sensors and Defensive Systems, Command and Control, Mission Planning Systems, and Information Assurance. �To facilitate cost-effective testing of the various systems assigned to the 96 CTG, the squadron supports internal and external customers with program management assistance to contract for commercial flight test services. This is a Market Survey to identify sources that possess the expertise, capabilities, and experience necessary to meet the Air Force's requirements necessary to provide Flight Test Support Services that exclusively support ongoing USAF and DoD RTD&E as well as OT&E.��The Contractor shall provide all management, personnel, equipment, supplies, facilities, transportation, tools, materials, and supervision necessary to perform Flight Test Support Services in support of RTD&E and OT&E tests as defined in this Performance Work Statement (PWS), with the exception of those items specified as Government Furnished Property or services.��The 96 TW/96 CTG has requirements for two areas of Flight Test Support: (1) providing aircraft--slow movers and fast movers and (2) providing aircraft modifications necessary for support of systems under test. The contract type anticipated by the Government is to be Indefinite Demand Indefinite Quantity (IDIQ) with a period of performance is five years. The proposed North American Industry Classification System (NAICS) code for this acquisition is 488190 Other Support Activities for Air Transportation, with a small business size standard of $40M. It is the policy of the Government to provide maximum practicable opportunities in its acquisitions to small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business concerns. 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. The resulting evaluation of all organizations providing capabilities packages will be considered in determining the acquisition strategy, specifically in determining for which (if any) small-business concerns this acquisition will be set-aside in accordance with FAR 19.5. Respondents are further requested to indicate their status as a Foreign-owned/Foreign-controlled firm and any contemplated use of foreign national employees for this effort. Note: In accordance with FAR 52.219-14, Limitations on Subcontracting, a small business firm must be able to perform at least 50% of the total requirement by employees within its own company. In the response, interested sources shall include, but not be limited to, the following information: Offeror's name, address, point of contact, phone number, email address, Federal CAGE Code, Data Universal Numbering System (DUNS) number, facsimile numbers, type of business, �business size indicating whether you are a small or large business for the purposes of the assigned NAICS (488190) and any pertinent company information. For contractual information contact Laura E. Segovia Figueroa, Contract Specialist; AFTC/PZZC, laura.segovia_figueroa@us.af.mil and Kenneth Clark, Contracting Officer, kenneth.clark.27@us.af.mil. Submissions and information shall have subject line �Eglin AFB FTSS Source Sought�.� Please ensure that only .pdf, .docx, or .xlsx documents are attached to the emails; other file types may be deleted or filtered out by email filters. This notice does not constitute an Invitation for Bid (IFB) or Request for Proposal (RFP) and is not to be construed as a commitment by the Government. The Government will not reimburse contractors for any cost incurred for their participation in this survey. Large and small businesses are encouraged to participate in this survey.� Limit your response to this market survey to a maximum of ten (10) pages to be received NLT 4:00 PM., Central Time on Tuesday 28 FEB 2023.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/1b27ac0d99984c72b003e2f7fe955bdb/view)
 
Place of Performance
Address: Eglin AFB, FL 32542, USA
Zip Code: 32542
Country: USA
 
Record
SN06575872-F 20230129/230127230104 (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.