Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 20, 2025 SAM #8668
SOURCES SOUGHT

66 -- Kinetic Cargo DACMS Requirement

Notice Date
8/18/2025 11:53:44 AM
 
Notice Type
Sources Sought
 
NAICS
333998 —
 
Contracting Office
FA4452 763 ESS SCOTT AFB IL 62225-5020 USA
 
ZIP Code
62225-5020
 
Solicitation Number
FA4452180870
 
Response Due
8/25/2025 3:00:00 PM
 
Archive Date
09/09/2025
 
Point of Contact
Lisa Pendragon, Elijah Dodd, Phone: 6183406515
 
E-Mail Address
lisa.pendragon@us.af.mil, elijah.dodd@us.af.mil
(lisa.pendragon@us.af.mil, elijah.dodd@us.af.mil)
 
Description
SOURCES SOUGHT ANNOUNCEMENT The 763rd Enterprise Sourcing Squadron (763 ESS) is seeking sources for the Kinetic Cargo Deployable Automated Cargo Measuring System (DACMS) Requirement. CONTRACTING OFFICE ADDRESS: 510 POW/MIA Drive, Scott AFB, IL 62225 INTRODUCTION: This is a SOURCES SOUGHT to determine the availability and technical capability of large and small businesses (including the following subsets, Small Disadvantaged Businesses, HUBZone Firms; Certified 8(a), Service-Disabled Veteran-Owned Small Businesses and Woman Owned Small Business) to provide the required products and/or services. The 763rd ESS is seeking information for potential sources for the requirements outlined within the attached Statement of Work (SOW). DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. CONTRACT/PROGRAM BACKGROUND: Contract Number: FA527023D0010 Contract Type: FFP Incumbent and their size: Intercomp Company � Small Business Method of previous acquisition: IDIQ REQUIRED CAPABILITIES: Please view the attached SOW and if your company can provide the same or similar product to fulfill this requirement, reach out to the Contract Specialist, Elijah Dodd, at elijah.dodd@us.af.mil and Contracting Officer, Lisa Pendragon, at lisa.pendragon@us.af.mil. Please provide a product data sheet and capability statement of your companies capability to deliver on this requirement. NORTH AMERICAN INDUSTRY CLASSIFICATION (NAICS) CODE: The anticipated North American Industry Classification System Code (NAICS) for this requirement is 333998, with the corresponding size standard of 700 employees. To assist 763 ESS in making a determination regarding the level of participation by small business in any subsequent procurement that may result from this Sources Sought, you are also encouraged to provide information regarding your plans to use joint venturing (JV) or partnering to meet each of the requirements areas contained herein. This includes responses from qualified and capable Small Businesses, Small Disadvantaged Businesses, Service Disabled-Veteran Owned Small Businesses, Women-owned Small Businesses, HUBZone Small Businesses, and 8(a) companies. You should provide information on how you would envision your company's areas of expertise and those of any proposed JV/partner would be combined to meet the specific requirements contained in this announcement. In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications. Responses must demonstrate the company�s ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14). SUBMISSION DETAILS: Responses should include: Business name and address; Name of company representative, business title and email; Cage Code; Unique Entity Identifier (UEI) Number; Large or Small Business Size and Type of Small Business (if applicable); List potential subcontractors anticipated to perform aspects of this effort, to include the percentage of anticipated performance in the table above; Contract vehicles that would be available to the Government for the procurement of the product and service, to include any Governmentwide Acquisition Contracts (GWAC), Federal Supply Schedules (FSS), or any other Government Agency contract vehicle. (This information is for market research only and does not preclude your company from responding to this notice.); Please provide any questions or concerns you have on the NAICS code provided; Please provide any comments/concerns with the Draft SOW you would like the Government to consider; Identify any major performance, schedule, or cost risks anticipated; Interested businesses should submit a brief capability statement package that includes: A description demonstrating your business�s ability to perform the services listed in the Required Capability section of this notice; A brief description of experience (Commercial or Government) in providing requirements/tasks similar in the size and scope to those described in the attached Draft SOW; Packages should be limited to no more than 3 pages. The 3-page limit should include any past performance references/narratives, and all items listed in the submission details section of this notice; Include the percentage your business plans to perform of the required capabilities outlined in the table above; and Include a statement of intent regarding a submission of a proposal in response to any resulting solicitation. Any questions regarding this Sources Sought Notice shall be submitted in writing via email to Contract Specialist, Elijah Dodd, at elijah.dodd@us.af.mil and Contracting Officer, Lisa Pendragon, at lisa.pendragon@us.af.mil. Verbal questions will not be accepted. The Government does not guarantee that questions receive after 22 August 2025 will be answered. Businesses who wish to respond to this should send responses via email no later than 25 August 2025 at 5:00 PM Central Standard Time (CST) to the Contract Specialist and Contracting Officer. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All government personal reviewing sources sought responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/fd3e26795d7740c6b84bf771ab2fce47/view)
 
Place of Performance
Address: Scott Air Force Base, IL 62225, USA
Zip Code: 62225
Country: USA
 
Record
SN07555912-F 20250820/250818230053 (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.