Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 26, 2012 FBO #3715
SOURCES SOUGHT

17 -- BAK-12 Arresting Barrier

Notice Date
1/24/2012
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
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
FA8630-12-R-5004
 
Point of Contact
Shonda Allen, Phone: 9376563131, Jeffery S Smith, Phone: 937-656-2617
 
E-Mail Address
shonda.allen@wpafb.af.mil, jeffery.smith@wpafb.af.mil
(shonda.allen@wpafb.af.mil, jeffery.smith@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS NOT A REQUEST FOR PROPOSAL/QUOTE. Wright-Patterson Air Force Base anticipates a competitive acquisition to provide BAK-12 aircraft arresting system and the Portarrest IV/BAK-12 Mobile Aircraft Arresting System (MAAS) to be delivered to bases in Poland and Morocco. Wright-Patterson Air Force Base OH anticipates a competitive acquisition to provide the following items: Aircraft arresting systems are installed along runway and overruns of all airfields that support fighter and training aircraft. Aircraft arresting systems are used to bring disabled aircraft safely to a complete stop on their own. Item 1, the BAK-12 aircraft arresting system is a permanent arresting system installed in pits or sheds alongside the runway and is used to bring disabled aircraft to a safe stop when pilots are unable to. Item 2, the Portarrest IV/BAK-12 MAAS, is a mobile and temporary arresting system designed to provide the capability of moving into geographic sites that do not have standard aircraft landing facilities allowing for establishment of an aircraft retrieval system within hours. The following items are required for this program: 1. BAK-12 Aircraft Arresting System 2 Ea 2. BAK-12 MAAS 1 Ea 3. Spares 4. Technical Assistance in Project & Design Oversight 5. Site Surveys Information is being collected from all potential sources at this time. No acquisition methodology has been determined at this time. Firms responding should indicate whether they are a large business, small business, small disadvantaged business (SDB), woman-owned small business (WOSB), 8(a)-certified business, service-disabled veteran-owned small business (SDVOSB), veteran-owned small business (VOSB), or Historically Underutilized Business small business (HUBZone). The North American Industry Classification System (NAICS) code for this action is 336413. Please indicate size relative to the standard of 500. All prospective contractors must be registered in the Central Contractor Registration (CCR) database to be awarded a DOD contract. No set-aside decision has been made. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime contractors must perform at least 50% of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14. Additionally, firms having GSA schedules should indicate their GSA schedule number in their responses. Capabilities Package. All interested firms should submit packages that outline their capability to provide the required items. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. The response must not exceed 10 pages. Submit capabilities packages via e-mail to Shonda Allen at Shonda.Allen@wpafb.af.mil. This sources sought is for information and planning purposes only. It does not constitute a solicitation and is not to be construed as a commitment by the Government. RESPONSES ARE DUE NO LATER THAN 08 Feb 12.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8630-12-R-5004/listing.html)
 
Place of Performance
Address: TBD, Poland and TBD, Morocco, Poland
 
Record
SN02659960-W 20120126/120124234416-b38567e36b65c301b24a463b950d0959 (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.