Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 07, 2013 FBO #4213
SOURCES SOUGHT

59 -- RADAR STIMULATOR SPARE PARTS

Notice Date
6/5/2013
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFTC/PZIO - Eglin, 308 West D. Ave, Bldg 260, Suite 130, Eglin, Florida, 32542-5418, United States
 
ZIP Code
32542-5418
 
Solicitation Number
F1T0FA3155B002
 
Archive Date
7/20/2013
 
Point of Contact
June M. Crockett, Phone: 8508820174, Karen D. Wagner, Phone: 850-882-0190
 
E-Mail Address
June.Crockett@eglin.af.mil, karen.wagner@eglin.af.mil
(June.Crockett@eglin.af.mil, karen.wagner@eglin.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a sources sought synopsis; there is no solicitation available at this time. Requests for solicitation will receive no response. This Sources Sought Synopsis is published for market research purposes only. This market survey is conducted to identify potential sources capable of meeting all of the requirements for providing peculiar initial spare parts and consumables for use within the F-35 United States Reprogramming Laboratory (USRL) for the 513 Electronic Warfare Squadron, 53 Electronic Warfare Group, 53 Wing, at Eglin Air Force Base. The Air Force intends to issue a contract to procure USRL peculiar initial spares and consumables for use within the USRL. Spares are needed to ensure availability of USRL Mission Data Development to the DoD's F-35 community; ensuring current and projected test and evaluation, training, and operational mission requirements are met. Schedule is critical for this procurement with the delivery schedule for the delivery schedule for various spare items ranging from 6 months After Contract Award (ACA) to 12 month ACA. Spares are supporting the Radar Stimulator. Examples of spare components to be procured include, but are not limited to, the following: Board Assembly, Range/PhaseCode, Board Assembly, Cal A/D, Board Assembly, Fiber Channel Processor, Target Channel Processor Assembly, GUI/Trajectory Processor Assembly, Assembly NB Upconverter Module, Assembly RF ECM Module, Assembly Noise Module, Assembly Horn Switch Module, Assembly LO Distribution Module. The Air Force anticipates utilizing a Firm-Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contract. The Air Force anticipates the ordering period will be a base year and four (4) option years. Information is being collected from all potential sources who can supply all of the specialized parts within the specified delivery schedule. Firms responding to this announcement shall 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 National American Industry Classification System (NAICS) code for this action is 334511, size standard 750 employees. All prospective contractors must be registered in the Central Contractor Registration (CCR) database to be awarded a DoD contract. Prospective contractors are cautioned to ensure that the proper NAICS code appears in their CCR. The Air Force has not yet determined the acquisition strategy for this requirement, including whether a set-aside strategy is applicable. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime contractors must perform over 50% of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14. All interested contractors shall submit a 6-8 page capabilities document. Provide recent, relevant experience in all areas, including whether this experience was as a prime or subprime contractor, whether it was in support of a Government or commercial contract and what the scope of the experience was. Teaming and/or subcontracting arrangements shall be clearly delineated and previous experience in teaming must be provided. Interested contractors will clearly explain how they intend to meet the stated requirements: (1) the company has the technical knowledge and/or manufacturing capability to acquire/produce the spare components listed above; (2) the delivered spare components will be produced in compliance with "International Standard ISO 9001", Quality Management Systems Requirements; and (3) spare components delivered will meet form, fit, and performance requirements for physical and functional compatibility with the United States Reprogramming Laboratory Configuration Management system to include hardware and software. The Air Force has no development funding for this procurement. Spare components will be procured using RDT&E and Operations and Maintenance (O&M) funding. The Government does not own a technical data package for USRL system or its peculiar support equipment and cannot provide one to an interested party. Company Name; Address; Point of Contact; Telephone number; E-Mail Address; CAGE Code; Web Page URL; and Small business size certification if applicable. Please submit one (1) electronic copy of your response to AFTC/PZIE (Eglin), Ms. June Crockett,june.crockett@eglin.af.mil no later than July 5, 2013 (date) at 1pm Central Time. The Government will neither award a contract solely on the basis of this synopsis nor will it reimburse the contractor for any costs associated with preparing or submitting a response to this notice. This synopsis does not constitute a Request for Quotation, Request for Proposal (RFP) or an Invitation for Bid (IFB), nor does this issuance restrict the Government's acquisition approach. The Government reserves the right to reject in whole or part any industry input as a result of this announcement. The Government recognizes that proprietary data may be a part of this effort. If so, clearly mark such restricted or proprietary data and present it as an addendum to the non-restricted/non-proprietary information. If the Government decides to award a contract for this or related effort, a solicitation will be published and posted on the FedBizOpps website. If you have any questions, you may contact Ms. June Crockett, Contracting Specialist, at June.Crockett@eglin.af.mil or Ms. Karen Wagner, Contracting Officer at Karen.wagner@eglin.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e11933b73cd89e5113576723823d6573)
 
Place of Performance
Address: AFMC/AFTC, Air Force Test Center, 205 West D. Avenue, Suite 414, Eglin AFB, Florida, 32542, United States
Zip Code: 32542
 
Record
SN03081056-W 20130607/130606002154-e11933b73cd89e5113576723823d6573 (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.