Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 28, 2023 SAM #8005
SOURCES SOUGHT

A -- AT-6 Tools and Equipment

Notice Date
10/26/2023 11:29:05 AM
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
FA8637 AFLCMC WID ATTACK SYSTEMS WRIGHT PATTERSON AFB OH 45433-7148 USA
 
ZIP Code
45433-7148
 
Solicitation Number
FA863724R0002
 
Response Due
11/10/2023 1:30:00 PM
 
Archive Date
11/25/2023
 
Point of Contact
Rich Goode, Nick A. Costides (Contracting Officer), Phone: 9376315283
 
E-Mail Address
richard.goode.6@us.af.mil, nicholas.costides@us.af.mil
(richard.goode.6@us.af.mil, nicholas.costides@us.af.mil)
 
Description
Interested vendors are encouraged to check this site often to view any updates and additions. The�Government is interested in providing as much information as possible to interested vendors. If there is�a particular document or specific information an interested vendor would like to see included in the�Bidder's Library, please send that request to the Points of Contact identified herein. PLEASE NOTE: THE GOVERNMENT IS NOT SOLICITING PROPOSALS AT THIS TIME. NO CONTRACT WILL�RESULT FROM THIS POSTING. 1.0 DESCRIPTION: This is a SOURCES SOUGHT SYNOPSIS (SSS) in accordance with Federal Acquisition Regulation (FAR) 5.2.�Responses to this notice are not offers and cannot be accepted by the United States Government (USG)�to form a binding contract. The USG is conducting market research to identify, as potential sources and�subcontracting opportunities, firms that may possess the expertise, capabilities, experience and�necessary data to competently and competitively respond to all requirements to provide Tools and Equipment for the Royal Thai Air Force as described below. The level of security clearance and amount of foreign participation in this acquisition has not been determined. 1.1 REQUIREMENTS: Tools, Equipment (Attachment 1) NOTE - Vendors mus have the capability to delver these componenets internationally to Thailand. 2. CAPABILITY SURVEY: 2.1 Company Response Both large and small businesses are encouraged to participate in this market research. The results of this market research will allow the USG to make a determination as to whether this effort will be a sole source, full and open, full and open after exclusion of sources, or small business set-side acquisition. It is advised that you provide a sufficient response to all capability questions to allow the USG to appropriately assess your capabilities. Any information submitted by respondents to this SSS is strictly voluntary. This SSS does not constitute a RFP or an Invitation for Bid. SSS issuance does not restrict the USG's ultimate acquisition approach. The USG will neither award a contract solely on the basis of this notice, nor pay for any information that is submitted by respondents to this SSS. Direct and concise responses are required and should clearly demonstrate your ability to meet the stated requirements. Recent relevant experience in all areas should be provided. Teaming and/or subcontracting arrangements, including joint ventures, should be clearly delineated �and previous experience in teaming must be provided. Marketing material is considered an insufficient response to this SSS. 2.2 Business Information In response to this SSS, please provide the following business information for your company/institution and for any teaming or joint venture partners: Company/Institute Name: Address: Point of Contact: Commercial and Government Entity (CAGE) Code: Phone Number: E-mail Address: Web Page URL: Size of business pursuant to North American Industry Classification System (NAICS) Code: 336411. Size standard: $32.5M. Based on this NAICS Code, state your company business size. If you are a Small Business (SB, WOSB, EDWOSB, SOB, 8(a), HUBZone, VOSB, SDVOSB), please explain whether your company would be capable of meeting the requirements of FAR 52.219-14, Limitations on Subcontracting. Small Business (Yes/ No) Woman Owned Small Business (Yes / No) Small Disadvantaged Business (Yes / No) Economically Disadvantaged Women-Owned Small Business (Yes / No) Disadvantaged Women-Owned Small Business (Yes / No) 8(a) Certified (Yes / No) HUBZone Certified (Yes / No) Veteran Owned Small Business (Yes / No) Service Disabled Veteran Owned Small Business (Yes / No) Large Business (Yes / No) System for Award Management (SAM) Registered (Yes / No) All prospective contractors must be registered in the SAM database to be awarded a DoD contract. The Government believes the NAICS code for this acquisition is 336413 If you do not agree, please suggest a NAICS code and provide your rationale. The NAICS code for this requirement, if applicable to the company's capabilities, should be included in the company's NAICS code listing in SAM. 2.3 General Capability: Describe briefly the elements of your company and the nature of the goods and/or services you provide. Include a description of your staff composition and management structure. Describe your company's past experience on previous projects (no more than five examples) similar in purpose and/or complexity to this requirement. Include contract numbers, a brief description of the work performed, period of performance, agency/organization supported, and individual points of contact (Contracting Officer or Program Manager). Include your company's responsibility/role as a prime and/or subcontractor on each of these projects. Describe your specific capabilities of working with Foreign Military Sales (FMS) contracts in the past and registration with the U.S Department of State for import and export of materials. Describe your experience with supporting aircraft in accordance with Federation Aviation Administration (FAA), or equivalent requirements and providing support personnel who are FAA-certified (or equivalent). Describe any other relevant topics, concerns, and information that will help the USG in forming an acquisition strategy. 3.0 ADMINISTRATION An Ombudsman has been established for this acquisition. The only purpose of the Ombudsman is to receive and communicate serious concerns from potential offerors when an offeror prefers not to use established channels to communicate concerns during the proposal development phase of this acquisition. Potential sources should use established channels to request information, pose questions, and voice concerns before resorting to use of the Ombudsman. Potential sources are invited to contact AFLCMC's Ombudsman with serious concerns only: Col Sean Tucker,� AFLCMC/AQ 1790 10th Street Wright-Patterson AFB, OH 45433-7630 Tel: 937-785-5512 Fax: 937-785-7916 sean.tucker.1@us.af.mil Interested parties who believe they can provide the required AT-6 Tools and equipment may respond by submitting their response to the above questions in paragraphs 2.2, Business Information and paragraph 2.3, General Information, via email. Written responses to this synopsis shall contain sufficient documentation to establish a bona fide capability to fulfill this requirement. The intent of this notice is not a request for competitive proposals. Please submit all responses related to this notice, via email, to richard.goode.6@us.af.mil by 4:00 PM (EST) 15 days after the release of this document. The USG does not intend to award a contract on the basis of this SSS or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection FAR 31.205-18, Bid and Proposal costs, of the FAR. Companies responding to this SSS are advised that participation does not ensure involvement in future solicitations or contract awards. The USG shall not reimburse any company or individual for any expenses associated with preparation or participation in this SSS. Respondents are solely responsible for all expenses associated with responding to this SSS. A point of contact that can speak for the responding company should be identified to support further USG inquiries as well as explanations that might be needed with regard to the information provided. Written responses to this synopsis shall contain sufficient documentation to establish a bona fide capability to fulfill this requirement. The intent of this notice is not a request for proposal. Responses shall be limited to 25 pages, 8.5""x 11""pages, in English, 12 point font, Times New Roman, and 1 inch margins. The response shall be provided in searchable ADOBE ACROBAT (.pdf) format. 4.0 Contracting Office Address: Attn: Richard Goode � Building 556 2275 D Street Wright-Patterson AFB, Ohio 45433-7218 United States richard.goode.6@us.af.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/be232eec9ffd4dbba8cde4c9b1c78f20/view)
 
Record
SN06869437-F 20231028/231026230054 (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.