Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 17, 2016 FBO #5168
SOURCES SOUGHT

R -- A-29 FOL ICS

Notice Date
1/15/2016
 
Notice Type
Sources Sought
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PK - WPAFB (includes PZ, WL, WW, WI, WN, WK, LP, WF, WK), 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218, United States
 
ZIP Code
45433-7218
 
Solicitation Number
LASA29-FOL
 
Archive Date
2/14/2016
 
Point of Contact
David K. Timko, Phone: (937) 713-7388, Joseph P. Moore, Phone: 937-713-7389
 
E-Mail Address
david.timko.1@us.af.mil, Joseph.Moore.30@us.af.mil
(david.timko.1@us.af.mil, Joseph.Moore.30@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
AFLCMC/WWBY A-29 LIGHT AIR SUPPORT (LAS) PROGRAM SOURCES SOUGHT NOTICE This is a Sources Sought announcement only. The Government is surveying the market to determine if any sources are qualified to perform ALL of the following requirements for this contract. Based on the responses to this sources sought synopsis, a Request for Proposal is anticipated to be released in the second quarter of FY16. The period of performance is anticipated to be up to three years, one base year and up to two (2) option years. Requests for a solicitation will not receive a response. AFLCMC/WWBY, Wright Patterson Air Force Base, OH is seeking potential sources capable of providing all personnel, equipment, facilities, supplies, services, materials, and management necessary for the support of Forward Operating Locations (FOL) of A-29s based in Kabul, Afghanistan, to one of four Coalition bases for a period up to 45 days. No more than five (5) A-29s will operate out of one of the following four Coalition bases at a time: Kandahar (Kandahar province), Mazar-e-Sharif (Balkh province), Jalalabad (Nangarhar Province), and Herat (Herat province). Security at these bases will be provided by Coalition forces. The contractor shall provide the following maintenance at the FOL(s) as follows: (a) Armament loading (b) Maintenance (c) Equipment handling (d) OCONUS Maintenance Support The contractor shall be ready to provide FOL support no later than March of 2016 and continue throughout the duration of the contract. The US Government will not provide technical data and/or spares and support equipment needed to support the aircraft. This effort is additional support of the A-29 LAS Program presently performed by the Sierra Nevada Corporation (SNC), the prime contractor for production and Contract Logistic Support (CLS). Any qualified sources must have in-depth knowledge of the A-29 aircraft and have the existing capability to perform all of the stated requirements at the date of contract award. Interested sources must submit the following information for Government evaluation: (a) Description of existing weapon system experience relative to A-29 activities to include an outline of previous work performed (b) Description of capability to support FOL. This description shall include the contractor's capability to provide for the security of classified and unclassified hardware, software, and storage/handling of documentation up to the TOP SECRET, and Emergency War Order Levels. Minimum personnel security clearance requirements for this effort are SECRET. (c) Qualifications of lead management and maintenance personnel projected to work on this contract (to include education, background, accomplishments, and other pertinent information relevant to the tasks outlined above). (d) Organizational structure, with emphasis on how this program fits into the overall company's weapon system sustainment process. (e) If subcontractors are to be utilized, similar information as requested above for the prime contractor is required for each identified subcontractor. (f) A plan for acquisition of requisite technical data and equipment in order to perform logistics support at the forward operating base by March of 2016. Please note that this source sought synopsis is for planning purposes only and does not constitute a solicitation for competitive bids/proposals and is not to be construed as a commitment by the Government. However, all interested parties who believe they can meet the requirements should submit in writing complete information describing their ability to provide the services described in this source sought synopsis. Firms responding to this synopsis must identify their company's capabilities to perform the requirements described herein, reference the synopsis number and indicate their business size for the selected NAICS code. The NAICS code is 488190. The Small Business size standard is $32,500,000. The information received as a result of this notice will be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination by the Air Force not to open the requirement to open competition, based on response to this sources sought synopsis, is solely within the discretion of the Air Force. The Government will not pay for any information provided under this sources sought synopsis. In order to permit evaluation of technical capabilities, all interested sources shall submit the aforementioned information in writing (limit to 10 pages - 12 point font, single-spaced, 1" margins) either by hardcopy or electronically to the point of contacts listed below prior to the closing date of this sources sought synopsis. Any electronic submissions shall be in a Microsoft Office 2010 compatible format. AFLCMC/WWBY A-29 LIGHT AIR SUPPORT (LAS) PROGRAM SOURCES SOUGHT NOTICE This is a Sources Sought announcement only. The Government is surveying the market to determine if any sources are qualified to perform ALL of the following requirements for this contract. Based on the responses to this sources sought synopsis, a Request for Proposal is anticipated to be released in the second quarter of FY16. The period of performance is anticipated to be up to three years, one base year and up to two (2) option years. Requests for a solicitation will not receive a response. AFLCMC/WWBY, Wright Patterson Air Force Base, OH is seeking potential sources capable of providing all personnel, equipment, facilities, supplies, services, materials, and management necessary for the support of Forward Operating Locations (FOL) of A-29s based in Kabul, Afghanistan, to one of four Coalition bases for a period up to 45 days. No more than five (5) A-29s will operate out of one of the following four Coalition bases at a time: Kandahar (Kandahar province), Mazar-e-Sharif (Balkh province), Jalalabad (Nangarhar Province), and Herat (Herat province). Security at these bases will be provided by Coalition forces. The contractor shall provide the following maintenance at the FOL(s) as follows: (a) Armament loading (b) Maintenance (c) Equipment handling (d) OCONUS Maintenance Support The contractor shall be ready to provide FOL support no later than March of 2016 and continue throughout the duration of the contract. The US Government will not provide technical data and/or spares and support equipment needed to support the aircraft. This effort is additional support of the A-29 LAS Program presently performed by the Sierra Nevada Corporation (SNC), the prime contractor for production and Contract Logistic Support (CLS). Any qualified sources must have in-depth knowledge of the A-29 aircraft and have the existing capability to perform all of the stated requirements at the date of contract award. Interested sources must submit the following information for Government evaluation: (a) Description of existing weapon system experience relative to A-29 activities to include an outline of previous work performed (b) Description of capability to support FOL. This description shall include the contractor's capability to provide for the security of classified and unclassified hardware, software, and storage/handling of documentation up to the TOP SECRET, and Emergency War Order Levels. Minimum personnel security clearance requirements for this effort are SECRET. (c) Qualifications of lead management and maintenance personnel projected to work on this contract (to include education, background, accomplishments, and other pertinent information relevant to the tasks outlined above). (d) Organizational structure, with emphasis on how this program fits into the overall company's weapon system sustainment process. (e) If subcontractors are to be utilized, similar information as requested above for the prime contractor is required for each identified subcontractor. (f) A plan for acquisition of requisite technical data and equipment in order to perform logistics support at the forward operating base by March of 2016. Please note that this source sought synopsis is for planning purposes only and does not constitute a solicitation for competitive bids/proposals and is not to be construed as a commitment by the Government. However, all interested parties who believe they can meet the requirements should submit in writing complete information describing their ability to provide the services described in this source sought synopsis. Firms responding to this synopsis must identify their company's capabilities to perform the requirements described herein, reference the synopsis number and indicate their business size for the selected NAICS code. The NAICS code is 488190. The Small Business size standard is $32,500,000. The information received as a result of this notice will be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination by the Air Force not to open the requirement to open competition, based on response to this sources sought synopsis, is solely within the discretion of the Air Force. The Government will not pay for any information provided under this sources sought synopsis. In order to permit evaluation of technical capabilities, all interested sources shall submit the aforementioned information in writing (limit to 10 pages - 12 point font, single-spaced, 1" margins) either by hardcopy or electronically to the point of contacts listed below prior to the closing date of this sources sought synopsis. Any electronic submissions shall be in a Microsoft Office 2010 compatible format.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/LASA29-FOL/listing.html)
 
Record
SN03993762-W 20160117/160115234053-7dc71c9fa9d703fca88ff1a08440adc8 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.