Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 16, 2024 SAM #8145
SOURCES SOUGHT

16 -- F-15E MUOS/SATURN and EPAWSS Mod Line Integration

Notice Date
3/14/2024 7:47:33 AM
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
FA8634 AFLCMC WAQK F15 WRIGHT PATTERSON AFB OH 45433-7424 USA
 
ZIP Code
45433-7424
 
Solicitation Number
FA863421C2702_P3333
 
Response Due
3/23/2024 9:00:00 PM
 
Archive Date
04/08/2024
 
Point of Contact
Curtis Liska, Capt. Kangsu Suh
 
E-Mail Address
curtis.liska@us.af.mil, kangsu.suh.1@us.af.mil
(curtis.liska@us.af.mil, kangsu.suh.1@us.af.mil)
 
Description
F-15 EPAWSS PROGRAM SOURCES SOUGHT SYNOPSIS Purpose The Air Force Life Cycle Management Center (AFLCMC) F-15 Division (AFLCMC/WWQ), Wright Patterson Air Force Base is conducting a market survey to identify potential sources with the expertise, capabilities and experience to meet the requirements of the Mobile User Objective System/Second Generation Anti-Jam UHF Radio for NATO (MUOS/SATURN) integration into the F-15 Eagle Passive/Active Warning and Survivability System (EPAWSS) installation process. This is not a request for proposals and responses will not be considered as a formal offer to the government nor result in a binding contract. Respondents are solely responsible for all expenses associated with responding to this synopsis. 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. Information received as a result of this notice will be considered solely for the purpose of determining the appropriate acquisition type for the procurement. A determination by the Air Force not to open the requirement to full and open competition, based on response to this notice, is solely within the discretion of the Air Force. This notice does not constitute a solicitation for offers. This is not a request for proposals, and the Government will not pay for information received. Companies may be contacted if we need further information to fully understand the marketplace. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract. It is the responsibility of the interested parties to monitor the SAM.gov site for additional information pertaining to this Sources Sought. Any information provided in response to this Synopsis will be used for informational purposes only and will not be returned. Note that, if there is sufficient demonstrated interest and capability among small business contractors, 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) clause 52.219-14, Limitations on Subcontracting. 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 clause 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 what type of businesses will be used for subcontracting (other than small business, small business, small disadvantaged business (SDB), women-owned small business (WOSB), economically disadvantaged women-owned small business (EDWOSB), 8(a)-certified business, service- disabled veteran-owned small business (SDVOSB), veteran-owned small business (VOSB), or Historically Underutilized Business Zone small business (HUBZone). Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. Note that, if this effort is not set-aside for small business, small business utilization will be considered. Request that large and small businesses provide a reasonable expectation for small business utilization as a percent of total contract value. Please provide supporting rationale for the recommended percentage. Any information submitted by respondents to this Sources Sought is strictly voluntary. This Sources Sought does not constitute a Request For Proposal (RFP) or an Invitation for Bid. Sources Sought issuance does not restrict the Government�s ultimate acquisition approach. The Government will neither award a contract solely on the basis of this notice, nor pay for any information that is submitted by respondents to this Sources Sought. Instructions for Responses Read description of the MUOS/SATURN and F-15 Eagle Passive/Active Warning and Survivability System (EPAWSS) Program and its requirements, provided below, to determine if you believe your company has the expertise, capabilities, and experience to perform on this type of effort. If, after reviewing, you believe your company can meet the F-15 EPAWSS requirements and you desire to participate in this survey, you may provide documentation that supports your company�s expertise, capabilities, and experience. To do so, provide answers to Capabilities and Business Information in accordance with Part II Communication, all shown below. Program Description The F-15 Program Office anticipates awarding a new contract for providing the following services for the MUOS/SATURN and EPAWSS Program: touch and support labor to integrate MUOS/Saturn into the EPAWSS modification line. Material and support equipment for the instillations will be provided as Government Furnished Equipment (GFE) and potential offeror�s must have the ability to repair the GFE. Sources are sought to provide the support listed above for an anticipated period of performance of 2 years from the time of contract award. The offeror must be able to provide these services immediately upon contract award without any need for development, test, or configuration changes for an alternate solution. The solution must conform to the current F-15 configuration and existing EPAWSS modification line without any changes. The offeror must have access to all data to within this requirement.� The Offeror must also demonstrate an ability to deliver all necessary data such as training materials, updated TCTO(s), updated TO(s), updated repair data, etc. It is anticipated that this is not a commercial item because this item is not used, sold, or made available to the commercial marketplace. Capabilities: The capabilities package should be brief and concise, and clearly describe the capabilities of your company and the nature of the goods and/or services you provide, along with your ability to meet the stated requirements and assumed start date above. Please limit the response to 10 pages. The package shall include the following information: Recent, relevant experience in above discussed areas Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. If subcontractors are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. Major Risks: Identify any major performance, schedule or cost risks anticipated. The Offeror must demonstrate an ability to perform all tasks without the need for development, test, or configuration changes. A response offering other than the requirements in the above Program Description paragraph will be considered non-responsive. The Offeror may provide additional tasks required for successful implementation of the efforts described not specified above with adequate justification in their response. Requested Responses Part I. Business Information: Please provide the following business information for your company and for any teaming or joint venture partners: Company Name Address Point of Contact CAGE Code Phone Number E-mail Address Web Page URL Facility and Security Clearance Do your team members have a minimum of active Secret security clearance Explanation:________________________________________________________ Does your organization already have a Communications Security Account? (Yes / No) North American Industry Classification System (NAICS) Code: 336413 [The size standard for this NAICS code is 1,250 employees (Other Aircraft Parts and Auxiliary Equipment Manufacturing).] Based on the above NAICS Code, state whether your company is: Small Business (Yes / No) Women Owned Small Business (WOSB) (Yes / No) Economically Disadvantaged Women-Owned Small Business (Yes/No) 8(a) Certified (Yes / No) Date of Certification: ������������������������������ Historically Underutilized Business (HUBZone) Certified (Yes / No) Veteran Owned Small Business (Yes / No) Service Disabled Veteran Owned Small Business (SDVOSB) (Yes / No) Domestically or Foreign owned If Foreign, indicate the country of ownership All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. 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. Part II. Communication: If you choose to respond, e-mail your responses to Curtis.Liska@us.af.mil. Marketing materials are considered an insufficient response and direct/succinct responses are preferred. Also, please mail one original signed copy of your response to: AFLCMC/WWQK, Bldg 553 Attn: Curtis Liska 2725 C Street Wright-Patterson AFB OH 45433 (937) 713-7394 All responses must be received no later than 30 days after posting in Sam.gov. Your response should be not more than 10 pages (8.5 x 11 inches); MS Word; 12 point, one inch margins. Verbal questions will NOT be accepted. All questions will be answered via posting answers to the sam.gov website. Additionally, questions must NOT contain trade secrets or classified information. The Government reserves the right to not address questions received after 30 Days after posting in SAM. Respondents should indicate which portions of their responses are proprietary and should mark them accordingly. All information received in response to this Sources Sought 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. The acquisition strategy has not yet been determined. Market research results will assist the Air Force in determining whether this requirement will be a full and open, a small business set-aside, or a sole source acquisition. This is an INDUSTRY NOTIFICATION and is for INFORMATIONAL PURPOSES ONLY. This is not a solicitation. In accordance with FAR 15.201, this announcement shall not be construed as an obligation on the part of the Government. The Government does not intend to award a contract on the basis of this notice or otherwise pay for information solicited.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/1a277faa0c15480cadb6b55692050d8c/view)
 
Place of Performance
Address: San Antonio, TX, USA
Country: USA
 
Record
SN06997949-F 20240316/240314230057 (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.