Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 13, 2009 FBO #2756
MODIFICATION

C -- Non-Personal Engineering

Notice Date
6/11/2009
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218
 
ZIP Code
45433-7218
 
Solicitation Number
FA8601-09-R-0054
 
Archive Date
7/21/2009
 
Point of Contact
Linda Fuller, Phone: 937-522-4593
 
E-Mail Address
linda.fuller@wpafb.af.mil
(linda.fuller@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The responses to this synopsis will be used for a market survey analysis. This is a Sources Sought Synopsis, Request for Information; there is no solicitation available at this time. Requests for a solicitation will receive no response. This Sources Sought Synopsis is published for market research purposes only, to identify potential sources capable of providing all personnel, equipment, specialized tools, materials, management, supervision and other items necessary to provide quick response engineering, design, drafting, modification, fabrication, researching, operation, environmental, and support services for in-house Propulsion Directorate (AFRL/RZ) programs at Wright-Patterson AFB. These non-personal services are highly specialized in nature and are required to insure timely completion of in-house research efforts of the four Wright-Patterson AFB AFRL/RZ divisions. Specifically, these divisions are: the Turbine Engine Division, the Aerospace Propulsion Division, the Energy/Power/Thermal Division and the Integration and Operations Division. Services may require occasional interaction with external customers that interact with the four divisions. This contract supports the four divisions of AFRL/RZ at Wright Patterson AFB simultaneously. As a result, it may be necessary for the contractor to manage one or more tasks from each division concurrently. It is the nature of the contract to have peaks and valleys in the workload, and the contractor shall have sufficient flexibility and depth to accommodate AFRL/RZ requirements in a timely and efficient manner. The contractor shall perform to the standards in the Statement of Work. All work performed by the contractor throughout the duration of the contract shall comply with all federal, state, local laws and regulations The North American Industry Classification System (NAICS) code for this requirement is 541330 Engineering Services with exceptions 1 and 3. The size standard is $27M. The Air Force anticipates eventually conducting a competitive acquisition for this award. This effort is expected to be a basic effort with two one-year options. The response to this synopsis will be used for a market survey analysis to determine if the contemplated acquisition will be conducted under full and open competition or as a set-aside under small business set-aside or 8(a) procedures. This sources sought synopsis is not a request for proposals; it is a market research tool being utilized to determine the availability and adequacy of potential sources prior to issuing a Request for Quote (RFQ). Any information submitted by respondents to this synopsis is strictly voluntary. The Government will not pay for any information that is submitted by respondents to this sources sought request. Contractors who believe they possess the required expertise and experience shall submit one copy of their technical capabilities packages that explicitly demonstrates capabilities and expertise related to this effort. electronically to linda.fuller@wpafb.af.mil. Responses must be received not later than 5:00 p.m. 6 July 2009. All documentation shall become the property of the Government. Firms responding must indicate the following information: Eligibility to the 8(a) program. Indicate the business size: small business or small disadvantaged business, veteran owned small business or HUBZone certified, and indicate the appropriate NAICS code. This synopsis neither constitutes a Request for Proposal, nor does it restrict the Government to a particular acquisition approach. This synopsis should not be construed as commitment by the Government for any purpose other than market research. In addition to providing a capabilities package for this requirement, the Air Force requests additional information: - Does the PWS hinder you in any way from proposing? Can you explain how? Are the requirements too narrow or unclear? Provide any option as to how the Air Force can open this up to get more competition. - If you read this Sources Sought/RFI and are not interested in proposing, can you please respond to us a linda.fuller@wpafb.af.mil and let us know why you are not interested or what is preventing you from proposing?
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8601-09-R-0054/listing.html)
 
Place of Performance
Address: Wright Patterson Air Force Base, WPAFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN01842376-W 20090613/090611235506-ffe74ec0ed66524cf4cbc8c068b191a8 (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.