Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 12, 2013 FBO #4401
SOURCES SOUGHT

59 -- MicroLight DM-200 Cables

Notice Date
12/10/2013
 
Notice Type
Sources Sought
 
NAICS
335929 — Other Communication and Energy Wire Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PK - WPAFB (includes PZ, WL, WW, WI, WN, WK, LP, WG, WF, WK), 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218, United States
 
ZIP Code
45433-7218
 
Solicitation Number
FA8629-14-R-2402
 
Archive Date
1/18/2014
 
Point of Contact
Jeffrey M Conroy, Phone: 9376568203
 
E-Mail Address
Jeffrey.Conroy@us.af.mil
(Jeffrey.Conroy@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
1. The Air Force Life Cycle Management Center (AFLCMC) Battlefield Airmen Branch (WISN), Wright-Patterson AFB OH, is soliciting information to identify possible sources to provide information on production ready power and data cables, as well as 420-450 MHz antenna and antenna extensions for Raytheon's MicroLight DM-200 (Raytheon Part # 6139917-100) - Army designation RT-1922(C)/G radio. This Sources Sought is issued for informational purposes and market research only and does not constitute a solicitation or commit of the government to award a contract now or in the future. Submitting information in response to this posting is voluntary and participants will not be compensated for preparation costs. 2. The requirement is for the supply of the following items: Global Positioning System (GPS) to Defense Advanced GPS receiver (DAGR) cable, BB-2590 battery cable, Multiband Inter/Intra Team Radio (MBITR) cable, cigarette lighter cable, PEQ-10 crypto fill cable, antenna extension cable, and 10-inch antenna (420-450MHZ). 3. Interested parties can submit a capabilities package, which should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements and describe how the proposed systems can meet or exceed the above mentioned requirements. Ensure responses are structured and clearly labeled in the same order as outlined in the above mentioned key requirements. Recent, relevant experience in all areas should be provided. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming should be provided. 4. Interested parties responding to this announcement should indicate whether they are an other than small business, small business, small disadvantaged business (SDB), woman-owned small business (WOSB), economically disadvantaged women-owned small business (EDWOSB), 8(a)-certified business, service-disabled veteran-owned small business (SDVOSB), veteran-owned small business (VOSB), or Historically Underutilized Business Zone small business (HUBZone). The North American Industry Classification System (NAICS) code for this action is 335929. All prospective contractors must register in the System for Award Management (SAM) database to be awarded a DoD contract. 5. This notice is part of government market research, a continuous process for obtaining the latest information on the "art of the possible" and associated material procurement and approach risks from industry with respect to their current and near-term abilities. The information collected may be used by the Government to explore future strategies and implementation possibilities. The acquisition strategy has not yet been determined. Market research results will assist the Air Force in determining whether this requirement will be a full and open, a small business set aside, or a sole source acquisition. If it is determined to be a small business set-aside, FAR 52.219-14, Limitations on Subcontracting will apply. Therefore, small businesses that want to be considered for a small business set-aside should demonstrate how they could comply. Potential sources are encouraged to submit recommended small business utilization requirements as a percentage of total contract value for consideration, in the event the acquisition is not set-aside for small business. 6. Information received as a result of this request will be considered as sensitive and will be protected as such. Any company proprietary information contained in the response should be clearly marked as such, by paragraph, such that 'publicly-releasable' and 'proprietary' information are clearly distinguished. Any material that is not marked proprietary will be considered publicly-releasable. Any proprietary information received in response to this request will be properly protected from any unauthorized disclosure. The Government will not use proprietary information submitted from any one firm to establish the capability and requirements for any future systems acquisition, so as to not inadvertently restrict competition. 7. When submitting a response, please be aware that the Air Force workforce is supplemented by contracted support personnel. Any proprietary data submitted may be handled by contract support services personnel who have signed the same Non-Disclosure Agreement (NDA) as organic AF personnel. 8. Responses are limited to 5 pages and should include technical and descriptive text to provide sufficient detail. The submitted documentation becomes the property of the U.S. Government and will not be returned. 9. Broad industry participation for this Sources Sought is encouraged. U.S. and non-U.S. firms are permitted to respond to this Sources Sought. Responses to questions from interested parties will be promptly answered and posted on Fed Biz Ops (FBO), unless some release of proprietary information is involved or the answer addresses a question peculiar to a Company or that Company's response. Post submittal one-on-one information sessions with respondents are not contemplated. 10. This notice may be updated as additional information becomes available. Please check the FBO site for updates to this announcement and register to receive e-mail notices of any updates to the FBO announcement. For more information on this Sources Sought, please contact the AF POC below. E-mail communications are preferred. Also, there is an option to be shown as an "Interested Vendor" on the posting. 11. Please provide a company POC with Name, Phone Number, Address, and CAGE Code on the submitted responses. 12. Interested parties submissions are requested by 1:00 PM Eastern, 3 January 2014 and may be submitted via e-mail or by mailing your response to: Jeffrey M Conroy, Contract Negotiator AFLCMC/WISK (Bldg 46) 1895 5th St Wright-Patterson AFB, OH 45433-7233 Jeffrey.Conroy@us.af.mil Personnel hand-carrying responses should contact the Contracting Officer to arrange a mutually acceptable arrival time. E-mail communication is preferred. Contractual: Jeffrey M Conroy, Contract Negotiator, (937) 656-8203 Jeffrey.Conroy@us.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8629-14-R-2402/listing.html)
 
Record
SN03249174-W 20131212/131210234503-75617399dc8069baa622c56e01e943c5 (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.