SOURCES SOUGHT
U -- Indonesia - Contractor Logistics Support
- Notice Date
- 6/10/2024 8:06:38 AM
- Notice Type
- Sources Sought
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- FA8630 AFLCMC WFK AFSAC WRIGHT PATTERSON AFB OH 45433-5337 USA
- ZIP Code
- 45433-5337
- Solicitation Number
- A038359
- Response Due
- 6/24/2024 8:59:00 PM
- Archive Date
- 07/09/2024
- Point of Contact
- Benjamin T. Rigg, Sarah E.S. Harris
- E-Mail Address
-
benjamin.rigg@us.af.mil, Sarah.Harris.11@us.af.mil
(benjamin.rigg@us.af.mil, Sarah.Harris.11@us.af.mil)
- Description
- Sources Sought Synopsis United States Air Force Life Cycle Management Center (AFLCMC) Air Force Security Assistance and Cooperation (AFSAC) THIS IS A SOURCES SOUGHT SYNOPSIS ONLY. This SOURCES SOUGHT SYNOPSIS is issued solely for the purpose of conducting market research � it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This SOURCES SOUGHT SYNOPSIS does not commit the Government to contract for any supply or service whatsoever. Further, the Air Force is not at this time seeking proposals and will not accept unsolicited proposals. Interested parties are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this SOURCES SOUGHT SYNOPSIS; all costs associated with responding to this SOURCES SOUGHT SYNOPSIS will be solely at the interested party�s expense. Not responding to this SOURCES SOUGHT SYNOPSIS does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on the System for Award Management (SAM) website at https://sam.gov. It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement. This market survey is being conducted to identify potential sources that may possess the expertise, capabilities, and experience to meet the requirements for Foreign Military Sales (FMS) programs. REQUIREMENTS: The AFSAC Directorate at Wright-Patterson Air Force Base in Ohio is seeking capabilities packages of potential sources, including small businesses, small disadvantaged businesses (SDB), woman-owned small businesses (WOSB), economically disadvantaged women-owned businesses (EDWOSB), 8(a)-certified businesses, service-disabled veteran-owned small businesses (SDVOSB), veteran-owned small businesses (VOSB), or Historically Underutilized Business Zone small businesses (HUBZone), and other than small businesses. This Sources Sought Synopsis is published for market research purposes only, to identify potential sources capable of providing in-country Installation, Maintenance, Repair, and Overhaul (IMRO) training to the Indonesia Air Force (IDAF) on the Mobile Aircraft Arresting Systems (MAAS). Training will consist of two on-site iterations in Indonesia. The duration of each training is two (2) weeks, for a total of 10 days each session. Each session shall contain no more than 24 students, for a total training of up to 48 students. The potential source shall also provide 100 hours of help desk support via telephone and/or e-mail. The North American Industry Classification System (NAICS) code for this requirement is 336413 � Other Aircraft Parts and Auxiliary Equipment Manufacturing, with a size standard of 1,200 employees. Additionally, all prospective contractors must be registered in the SAM database to be awarded a Department of Defense (DoD) contract. INSTRUCTIONS: The following pages provide a �Contractor Capability Survey� to allow you to document your company�s capabilities in meeting these requirements. If, after reviewing these documents, you desire to participate in the market research, please complete and return the Contractor Capability Survey below. Response format and due date information is specified at the bottom portion of this notice. Failure to provide a complete response may result in the Government being unable to adequately assess your capabilities. If you lack sufficient experience in a particular area, please provide details explaining how you would overcome the lack of experience/capabilities in order to perform that portion of the requirement (i.e. teaming, subcontracting, etc.) Large and small businesses are encouraged to participate in the market research. For all questions and formal submissions, interested parties should direct e-mails to: Mr. Benjamin Rigg, Contracting Officer, at Benjamin.Rigg@us.af.mil Ms. Sarah Harris, Contract Specialist, at Sarah.Harris.11@us.af.mil Specific questions related to this posting should be submitted no later than 5:00 PM Eastern Standard Time (EST), Friday, 14 June 2024 to ensure Government reply prior to the response deadline below. Verbal questions will NOT be accepted. The Government�s responses to the questions submitted by the deadline will be posted to this announcement. Accordingly, questions shall NOT contain proprietary or classified information. Firms interested in formally responding to this announcement shall complete the �Contractor Capability Survey� below and send their responses electronically to the POCs listed above no later than 11:59 PM EST, Monday, 24 June 2024. Responses are limited to five (5) pages. Please ensure only .pdf, .doc, or .xls documents are attached to the e-mail. Attachments with files ending in .zip or .exe are not allowable and will be deleted. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information. Be advised that all submissions become Government property and will not be returned. Also, be advised that all correspondence sent via e-mail should contain a subject line that reads �SOURCES SOUGHT � INDONESIA � CONTRACTOR LOGISTICS SUPPORT�. If this subject line is not included, the e-mail may not get through e-mail filters at Wright-Patterson AFB. The Government�s assessment of the capability statements received will factor into whether any forthcoming solicitation will be solicited as full and open or set-aside for small business, or any particular small business program. CONTRACTOR CAPABILITY SURVEY Air Force Security Assistance and Cooperation (AFSAC) Sources Sought Synopsis for FMS Requirement PART 1. Business Information 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: Unique Entity Identifier (UEI/UEID): Phone Number: E-mail Address: Web Page URL: A statement as to whether your company is domestically or foreign-owned (if foreign, please indicate the country of ownership). Any other helpful information the Government should know about your entity Size of business in pursuant to North American Industry Classification System (NAICS) Code: 336413 � Other Aircraft Parts and Auxiliary Equipment Manufacturing Based on the above NAICS Code, state whether your company is: Small Business����������������������������������������������������� ����������������� (Yes / No) 8(a) Certified������������������������������������������������������� ����������������� (Yes / No) HUBZone Certified��������������������������������������������� ����������������� (Yes / No) Service-Disabled Veteran-Owned Small Business����������������� (Yes / No) Economically Disadvantaged Women-Owned Small Business����� (Yes / No) Woman-Owned Small Business�������������������������� ����������������� (Yes / No) (end of Part I: Business Information) CONTRACTOR CAPABILITY SURVEY Air Force Security Assistance and Cooperation (AFSAC) Sources Sought Synopsis for FMS Requirement Part 2. Capability Survey Questions General Capability Questions Provide confirmation that NAICS code 336413 is appropriate for this effort. If you identify a more suitable NAICS code, please include that in your response. Briefly describe the capabilities of your business facility and the nature of the services you provide. Include a description of your staff composition and management structure. Describe your company�s past experience on previous projects similar in complexity to this requirement. Include contract numbers, a brief description of the work performed, period of performance, agency/organization supported, and individual point(s) of contact (Contracting Officer and/or Program Manager). Are there specific requirements in this posting that would currently preclude your business from being a viable solution to our requirement? (end of Part II: Capability Survey Questions)
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/3dd593216d52489f868e4e0e27a2376a/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN07092304-F 20240612/240610230120 (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 |