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, 2015 FBO #4944
SOURCES SOUGHT

84 -- RFI for Special Tactics Personnel Equipment Management System - RFI Attach1 - RFI Attach 2 - Bid Sample - PWS Attach 1 - PWS Attach 2 - RFI Attach 3

Notice Date
6/5/2015
 
Notice Type
Sources Sought
 
NAICS
315220 — Men's and Boys' Cut and Sew Apparel Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Special Operations Command, 1 SOCONS- Hurlburt, 350 Tully Street, Hurlburt Field, Florida, 32544-5810, United States
 
ZIP Code
32544-5810
 
Solicitation Number
FA4417-15-R-0029
 
Archive Date
7/4/2015
 
Point of Contact
Michael D Wenrick, Phone: 850-884-6007
 
E-Mail Address
michael.wenrick@hurlburt.af.mil
(michael.wenrick@hurlburt.af.mil)
 
Small Business Set-Aside
N/A
 
Description
RFI Attachment 3 Questions to Industry PWS Attachment 2 PWS Attachment 1 Bid Sample RFI Attachment 2 ST PEMS PWS RFI Attachment 1 FAR 52.212-1 and -2 Special Tactics Personnel Equipment Management System Request for information 1. NOTICE: This is not a solicitation but rather a Request for Information (RFI) to determine potential sources for information and planning purposes only. It constitutes neither a Request for Proposal nor a Request for Quote. It does not restrict the Government to an ultimate acquisition approach. This Request for Information IS NOT A SOLICITATION or an expression of intent to issue a solicitation of any kind in the future. It should not be construed as a commitment by the Government for any purpose other than to gain the information requested. Interested parties are encouraged to respond to this RFI. The Government will not pay for information, materials, and/or demonstrations received in response and are in no way obligated to respondents by or for any information received. 2. Background and Scope: The 24 Special Operations Wing is requesting information on Just-In-Time Supply Chain Management Solution with capabilities including but not limited to online end-user ordering, tracking, managing, and delivering equipment for Special Operational Forces. 3. Capability Requirements: The 24th Special Operations Wing (SOW) requires a single-source logistics service to enhance Special Tactics (ST) equipment readiness. This capability, designated Special Tactics Personal Equipment Management System (ST-PEMS), shall be fulfilled with a single-award contract. The contractor shall provide stipulated value-added services to include fitting, warehousing, kitting, just-in-time delivery, supply chain management, and Total Asset Visibility (TAV). The contractor shall provide an E-Commerce platform to receive purchase orders and delivery, supply chain management, and Total Asset Visibility (TAV). The contractor shall sustain inventory portfolios so as to meet the government delivery schedule. The contractor shall comply with government-directed modification of the ST-PEMS template. 4. Instructions to Potential Respondents: Interested vendors who desire to participate in this RFI are encouraged to submit responses that can be tied to the objectives in paragraph 3. Interested vendors should also include qualifications and experience with the capabilities and systems listed in paragraph 3 above. Responses should address the following: a. Teaming and/or subcontracting arrangements (to include any foreign companies) b. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. Note that the NAICS code for this requirement, if applicable to your company's capabilities, should be included in your company's NAICS code listing in SAM. The North American Industry Classification System (NAICS) Code for this action is 315220, size standard $500. Based on the NAICS Code, state whether your company qualifies as a: i. Small Business (Yes/No) ii. Women-Owned Small Business (Yes/No) iii. 8(a) Certified (Yes/No) iv. HUB Zone Certified (Yes/No) v. Veteran Owned Small Business (Yes/No) vi. Service Disabled Veteran Owned Small Business (Yes/No) vii. Economically Disadvantaged Women-Owned Small Business (Yes/No) viii. Statement as to whether your company is domestically or foreign owned (if foreign owned, please indicate country of ownership). ix. Provide prospective small business utilization percentages (if the acquisition is not set- aside for small business) c. If you recommend another NAICS code that you feel is more applicable to the prescribed requirement, please identify and indicate your company's qualifications under paragraph b of this section. d. If you cannot meet any of the above requirements please provide an estimated cure/lead time as to when the full solution would be available. 5. Specific information requested: a. Review current acquisition strategy (attachment 1) and provide suggestions or comments b. Review current Performance Work Statement (attachment 2) and provide suggestions or comments c. Provide responses to government questionnaire (attachment 3) 6. Responses, communications and additional considerations: Companies may be contacted to fully understand the contractor responses. 24 SOW is not, at this time, seeking proposals and will not accept unsolicited proposals. Please be advised that all submissions become Government property and will not be returned. All costs associated with responding to this RFI will be solely at the responding party's expense. This notice is part of government market research, a continuous process for collecting and analyzing information about capabilities within the market to satisfy agency needs. The acquisition strategy has not yet been determined, and market research results will assist the Air Force in determining whether this requirement will be a full and open competition, 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. If there is sufficient demonstrated interest and capability among small business contractors, a key factor in determining if an acquisition will be a small business set-aside is that two or more potential small business prime contractors must be capable of performing at least 50% of the effort, as defined in FAR 52.219-14, Limitations on Subcontracting. If it is determined that a small business set-aside is appropriate, and your company anticipates submitting a proposal as the prime contractor for a small business set-aside, please provide specific details and rationale as to how compliance with FAR 52.219-14 would be achieved, including specific details regarding teaming arrangements, etc. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. If this effort is not set-aside for small business, small business utilization will be considered. Large and small businesses should provide a reasonable expectation for small business utilization as a percent of total contract value as well as supporting rationale for the recommended percentage. Information received that is identified as proprietary/sensitive, will be protected as such. Any company proprietary information contained in the response should be clearly marked 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. 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 Non-Disclosure Agreements (NDA). Responses are limited to 20 pages, 12 pt Times New Roman font, single space, and should include technical and descriptive text to provide sufficient detail on production and sustainment capabilities. Illustrations, charts, graphs, etc. count against the total. The submitted documentation becomes the property of the U.S. Government and will not be returned. Broad industry participation for this RFI is encouraged. 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. 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 RFI, please contact the AF POCs below. E-mail communications are preferred. Submissions are requested no later than 2:00 PM (Central Time) 19 June 2015 and should be submitted via E-mail: michael.wenrick@us.af.mil or call 850-884-6007 1 SOCONS/24 SOW ATTN: Michael Wenrick 350 Tully St., Building 90339 Hurlburt Field, FL 32544
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSOC/16CS/FA4417-15-R-0029/listing.html)
 
Place of Performance
Address: Multiple locations, United States
 
Record
SN03754935-W 20150607/150605234623-6b0f80f2515e1559604b098d8a773e92 (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.