Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 08, 2006 FBO #1594
MODIFICATION

M -- SURVIVAL EQUIPMENT SERVICES

Notice Date
4/6/2006
 
Notice Type
Modification
 
NAICS
451130 — Sewing, Needlework, and Piece Goods Stores
 
Contracting Office
Department of the Air Force, Air Mobility Command, AMC Contracting Flight (HQ AMC/A7KF), 507 Symington Drive Room W202, Scott AFB, IL, 62265-5015
 
ZIP Code
62265-5015
 
Solicitation Number
Reference-Number-SURVIVAL-EQUIPMENT-SERVICES-1
 
Response Due
4/11/2006
 
Archive Date
4/26/2006
 
Description
Description This Request for Information (RFI) is issued for informational and planning purposes only. This is not a Request for Proposals (RFP). It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals nor will any award be made as a result of this synopsis. The Air Force will NOT be responsible for any costs incurred by interested parties in responding to this request for information. In accordance with the Office of Management and Budget (OMB) Circular Number A-76 dated May 29, 2003, the United States Air Force, Headquarters Air Mobility Command (HQ AMC) is in the process of conducting Preliminary Planning, which includes market research, for the Survival Equipment functions at: Charleston AFB, SC; Dover AFB, DE; Fairchild AFB, WA; Grand Forks AFB, ND; MacDill AFB, FL; McChord AFB, WA; McGuire AFB, NJ; Peterson AFB, CO; Robins AFB, GA; Scott AFB, IL; and Travis AFB, CA. This FedBizOpps notice is an announcement seeking market information on business/ organizations capable of providing the services as described herein. AMC is currently conducting market research to determine whether a viable commercial industrial base exists which is qualified, experienced, and interested in performing survival equipment services in the future. The information requested by this RFI will be used within the Air Force to facilitate decision making and will not be disclosed outside the agency. Extensive market research necessary to support acquisition strategy decisions will be conducted if/after a streamlined or standard competition is announced in accordance with OMB Circular A-76. Should a future requirement evolve from this preliminary planning process, it is anticipated that the period of performance will be a base year plus four one-year option periods. For purposes of this synopsis the North American Industry Classification System (NAICS) Code is 451130 and the small business size standard is $6.5M. This RFI solicits information from DoD, other government agencies and commercial companies, who are capable of providing the services described by the following Statement of Need (SON). Statement of Need The scope of the required service(s) is for: Survival Equipment Services. On-site support at Charleston AFB, SC; Dover AFB, DE; Fairchild AFB, WA; Grand Forks AFB, ND; MacDill AFB, FL; McChord AFB, WA; McGuire AFB, NJ; Peterson AFB, CO; Robins AFB, GA; Scott AFB, IL; and Travis AFB, CA for the inspection and repair of aircraft associated survival equipment to ensure the safety and survivability of aircrew members. The On-site support is to include inspecting safety belts and harnesses; manufacturing, inspecting, cleaning and packaging of aircraft thermal radiation barriers; repairing aircraft soundproofing materials; maintaining a liaison with squadron aircrew life support sections to determine support and workload requirements; inspecting, repairing and modifying protective clothing; validating the accuracy of AFTO Form 391, Parachute Log, AFTO Form 392, Parachute Repack, Inspection and Component Record; ensuring maintenance, inspection and repair capability exists for maintaining aircrew survival equipment through procurement of expendable repair parts; ensuring repairs and modifications to flight clothing and other life support equipment are in strict accordance with applicable tech data; performing preventative and minor or major maintenance on sewing machines; establishing a 6-month recurring training program on infrequently maintained systems, repairing 463L cargo nets. Services also include disassembling, assembling, inspecting, fabricating, cleaning, repairing and packing aerospace weapon system components, such as floatation equipment, protective clothing, emergency evacuation systems and parachutes to ensure operational life saving equipment is available in case of emergencies. Structure of Submissions Request interested contractors submit a capability package to include the following information shown below. Please limit your capability packages to 20 pages. 1. Company name, address, point of contact (POC), telephone number, fax number, e-mail address, company size (small, large business); if small, indicate type (8a, small disadvantaged business, HUB Zone, minority owned, veteran owned, etc.). 2. A statement demonstrating your company?s capability to perform the requirement in accordance with the SON. 3. CAGE/DUNS number. 4. Any past performance information similar in scope and/or complexity to the SON including a description, dollar amount, period of performance, whether you performed as prime or subcontractor, technical and contracting activity POC and phone number. 5. A statement indicating whether or not your company would be interested in participating in this requirement if announced as an official A76 competitive sourcing study. 6. Provide answers to the following questions: a. Do you sell Survival Equipment services to other non-DoD customers? If so, would you identify some of them. b. Do you sell Survival Equipment services as a separate service or is it included as part of a package (i.e., included as part of the cost of purchasing survival equipment, etc.)? What is the norm for your company? c. In terms of pricing arrangements, are the services sold on a firm fixed price basis or some other pricing basis (i.e., cost reimbursable, labor hour, etc.)? d. In terms of the various locations, is it possible to perform the service from a central location or must there be a physical presence at each location? e. Are there any commercial contract terms and conditions used when you provide these types of services? ******* The response date has changed to 4-11-2006. The NAICS code has also changed to 488190. A new Notice will be posted under 488190 with this same information.
 
Place of Performance
Address: Charleston AFB, SC; Dover AFB, DE; Fairchild AFB, WA; Grand Forks AFB, ND; MacDill AFB, FL; McChord AFB, WA; McGuire AFB, NJ; Peterson AFB, CO; Robins AFB, GA; Scott AFB, IL; and Travis AFB, CA
Country: USA
 
Record
SN01022214-W 20060408/060406220927 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.