Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 03, 2012 FBO #3813
SOURCES SOUGHT

16 -- E-4B Supply Chain Management - Supply Chain Management PWS

Notice Date
5/1/2012
 
Notice Type
Sources Sought
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, Tinker OC-ALC - (Central Contracting), 3001 Staff Drive, Ste 1AG76A, Tinker AFB, Oklahoma, 73145-3015
 
ZIP Code
73145-3015
 
Solicitation Number
FA8106-12-R-0004
 
Point of Contact
michael s. moore, Phone: 4057394451, Danielle R. Deupree, Phone: 4057341515
 
E-Mail Address
michael.moore@tinker.af.mil, Danielle.Deupree@Tinker.af.mil
(michael.moore@tinker.af.mil, Danielle.Deupree@Tinker.af.mil)
 
Small Business Set-Aside
N/A
 
Description
E-4B Supply Chain Management Performance Work Statement E-4B NAOC Supply Chain Management Sources Sought Synopsis This is a SOURCES SOUGHT SYNOPSIS. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. This Sources Sought Synopsis is in support of market research being conducted by the Air Force to identify capable potential sources. The United States Air Force, through the Oklahoma City Air Logistics Center (OC-ALC) is conducting market research to identify potential business sources interested in providing E-4B NAOC Supply Chain Management services. The E-4B is a fleet of 4 highly modified Boeing 747-200s. Due to the small fleet size, aircraft availability is of primary importance to the E-4B community and should be thoroughly considered by prospective offerors. The E-4B serves as the National Airborne Operations Center (NAOC) for the National Command Authorities (NCA) and provides a worldwide-deployable, enduring node of the National Military Command System (NMCS) to fulfill national security requirements throughout the full spectrum of conflict. It is a modern, highly survivable, command, control and communications center to direct U.S. forces, execute emergency war orders and coordinate civil authorities' activities, including national contingency plans. The E-4B sustainment program will involve logistical support and sustainment of aircraft, engines, avionics, and mission systems; with the potential for modifications including structural and avionics (racks, equipment and wiring); and both recurring and non-recurring engineering services. Contractual requirements will include (but are not limited to): program management; Original Equipment Manufacturer (OEM) agreements for airframe, avionics, engines, and communication systems currently on the aircraft; strategic planning, risk management and mitigation, budgeting and execution of government approved plans and programs. Sustainment requirements for supply management including Contractor Operated and Maintained Base Supply (COMBS), Obsolescence Management, Operational Support, Depot Maintenance Support, Government Supported Items Support, Electronic Repair Facility and Quality Assurance. Qualified contractors and/or subcontractors should have knowledge of Boeing 747-200 along with access to E-4B specific engineering and Master Data List (MDL). The contractor should also have knowledge of and ability to repair electronics, hardware, software, support equipment, and communication systems. Contractors must have access to suitable facilities, tools, equipment, and personnel to provide all E-4B services and have the ability to certify or get certification to Military, commercial, or FAA airworthiness standards as required. For purposes of market research, the Government is seeking to understand the capability and capacity of all interested firms. The following questions apply to an acquisition strategy in which a partial set-aside could potentially be awarded to a small business for a portion of the requirement described above. 1. As a small or large business, do you believe conditions exist for a set-aside in accordance with FAR 19.502-3(a) for the requirement described above and in the attached Performance Work Statement (PWS)? If yes, please indicate what you believe to be the most appropriate NAICS code for the requirement. 2. Are you most interested in performing as a prime contractor or subcontractor for the requirement described above and in the attached PWS, and indicate whether you would qualify as a small or large business under the NAICS code you believe is most appropriate? 3. If you are a small business, are you capable of performing at least 50% of the work, in order to comply with FAR Clause 52.219-14, specifically 52.219-14(c)(1), "At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern." 4. If you are a small business interested in performing the requirement as a set- aside, provide a brief summary of your company's experience and past performance within the past three years as a prime contractor as it relates to the magnitude of this anticipated requirement. 5. Do you anticipate needing contract financing? If yes, please explain. 6. Do you have any other thoughts or suggestions on ways to increase small business participation in this requirement? Responses must include the following: name and address of firm, capabilities related to the task areas above, size of business; average annual revenue for past 3 years and number of employees; ownership; whether they are large, small, small disadvantaged, 8(a), HUBZone, and/or woman-owned; number of years in business; affiliate information: parent company, joint venture partners; intent to participate in the upcoming acquisition as a prime offeror; list of customers covering the past five years (highlight relevant work performed, contract numbers, contract type, dollar value of each procurement; and point of contact - address and phone number). The page limitation for this submission is ten (10) pages. Any information submitted by respondents to this synopsis is strictly voluntary. The Government will not reimburse the respondents for any costs associated with their responses. This synopsis does not constitute a Request for Proposals (RFP), or an Invitation for Bids (IFB), nor does its issuance restrict the Government as to its ultimate acquisition approach. The Government will neither award a contract solely on the basis of this notice, nor pay for any information that is submitted by respondents to the Sources Sought request. The Government reserves the right to contact the submitting parties, on an as required basis, for further clarification on material provided. The Government will evaluate the information provided, use it to document our market research and develop the RFP. In addition, the Government will use its evaluation of the information and other research to determine the sources that appear qualified to perform the work required by the Government. The Government intends to release the RFP only to those respondents who are deemed qualified for this requirement based on their initial response. Point of Contact Contractors responding to this Sources Sought Synopsis shall submit the above information electronically no later than 31 May 2012, 4:30 PM EST to M. Steve Moore michael.moore@tinker.af.mil, or Capt Danielle Deupree Danielle.deupree@tinker.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA8106-12-R-0004/listing.html)
 
Record
SN02736529-W 20120503/120502000927-f6b6cef22494a4361ac03f3c0cf05a32 (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.