Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 15, 2024 SAM #8297
SOLICITATION NOTICE

58 -- Remote Control Unit (RCU) Production

Notice Date
8/13/2024 12:01:00 PM
 
Notice Type
Presolicitation
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
FA8307 AFLCMC HNCK C3IN SAN ANTONIO TX 78243-7007 USA
 
ZIP Code
78243-7007
 
Solicitation Number
RCU2024
 
Response Due
8/27/2024 12:00:00 PM
 
Archive Date
09/11/2024
 
Point of Contact
Roberta Wilson, Phone: 7266107166, Ethan Hardin, Phone: 2108755166
 
E-Mail Address
roberta.wilson.1@us.af.mil, Ethan.hardin@us.af.mil
(roberta.wilson.1@us.af.mil, Ethan.hardin@us.af.mil)
 
Small Business Set-Aside
8A 8(a) Set-Aside (FAR 19.8)
 
Description
1. �This is a synopsis for the Remote Control Unit (RCU) Production solicitation prepared in accordance with the format in����� Subpart 19.8 and 15 of the Federal Acquisition Regulations (FAR), as supplemented with additional information included in this notice. �Interested 8(a) participants to request a copy of the solicitation as expeditiously as possible since the solicitation will be issued without further notice. �The solicitation number FA8307-24-R-B040 will be issued as a Request for Proposal (RFP), under the Small Business Administration 8(a) Program, Part 19.8. The Air Force Life Cycle Management Center, Cryptologic and Cyber Systems Division's Contracting Office (AFLCMC/HNCK), Joint Base San Antonio (JBSA)-Lack land TX, intends to award a Firm Fixed Price contract resulting from this solicitation. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2023-04 and the Defense Federal Acquisition Regulation Supplement (DFARS) DPN 20230720. 2.� Notice to offerors: Funds are not presently available for the effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any cost. 3.� This is a 100% Set-Aside for Small Business in the 8(a) Program in accordance with FAR 19.8. Detailed technical data and drawings will be available upon request. The North American Industry Classification System (NAICS) code is 334290. The size standard is 800 Employees IAW FAR 52.219-1, Small Business Program Representations (Nov 2020). If a firm believes it is capable of meeting the Government's requirement, it may identify their interest and capability to the Contract Specialist within seven (7) days of this publication.� Those interested firms must indicate whether they are a large, small, small-disadvantaged, 8(a) or woman owned business and whether they are U.S. or foreign owned.� An AFLCMC Ombudsman has been appointed to consider and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition.� Before consulting the Ombudsman, concerned parties should first address their concerns, issues, disagreements, and/or recommendation to the Contracting Officer for resolution. �IAW AFFARS 5352.20 1-9101, the AFLCMC Ombudsman is Deputy Director, Acquisition Excellence & Program Execution Directorate at AFLCMC/AQ-AZ Workflow (email: ASCA@us.af.mil) or at 937-255-5512/DSN 785-5512, Wright-Patterson AFB, OH. ������ 4.� The US Air Force is seeking to acquire the following items: ��������������� Training Manuals ��������������� Training ��������������� Production of 888 RCUs ��������������� Spare Parts 5.� The RFQ requirements are as follows: Delivery: 12 Month Base Period plus two (2) twelve (12) month options for a total Period of Perfomance of 36 months Inspection/Acceptance: Destination FOB: Destination Payment must be processed electronically through WAWF Prices are valid for 90 days. 5.� The Government will award a single contract resulting from this RFP in accordance with the responsible offeror whose offer is the lowest priced technically acceptable. 6.� Interested 8(a) participants to request a copy of the solicitation as expeditiously as possible since the solicitation will be issued without further notice upon SBA acceptance of the requirement for the section 8(a) program. �To request a copy of the solicitation, please send an email to Ethan.Hardin at ethan.hardin@us.af.mil, Roberta Wilson at roberta.wilson@us.af.mil, �and Brooke Carpino at brooke.carpino@us.af.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ecb69b3f5c784ffa8ef3f5443c4a39c5/view)
 
Place of Performance
Address: JBSA Lackland, TX, USA
Country: USA
 
Record
SN07168575-F 20240815/240813230125 (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.