Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 17, 2016 FBO #5350
SOURCES SOUGHT

J -- Sources Sought Synopsis MEON Repair

Notice Date
7/15/2016
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
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
FA862517CMR
 
Archive Date
8/30/2016
 
Point of Contact
Julianne R. Indelicato, Phone: 9376569711, Daniel Foraker, Phone: 312-785-5448
 
E-Mail Address
julianne.indelicato@us.af.mil, daniel.foraker@us.af.mil
(julianne.indelicato@us.af.mil, daniel.foraker@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Multi-Purpose Electro-Optical End-to-End (MEON TM ), EU00101-03 & EU00101-04, Repair / Maintenance Sources Sought Synopsis (SSS) The Air Force Materiel Command (AFMC), Air Force Life Cycle Management Center (AFLCMC), Wright Patterson Air Force Base (WPAFB), is conducting market research in support of the Large Aircraft Infrared Countermeasures (LAIRCM) Program. As part of this market research, the LAIRCM Program Office is issuing this SSS to identify potential offerors for future solicitations and contract award(s) relating to the establishment of depot-level maintenance of the Multi-Purpose Electro-Optical End-to-End (MEON) Test Set, Part Number: EU00101-03 & EU00101-04 and associated consumables. The MEON is manufactured by ESL DEFENCE LTD, 16-17 Compass Point, Ensign Way, Hamble, Southampton, Hampshire, SO31 4RA. THIS IS NOT A REQUEST FOR PROPOSAL OR AN INVITATION FOR BIDS. Contractors, institutions, or other interested parties who choose to respond to this announcement will not be paid or reimbursed for any expenses associated with this response. Additionally, participation in this request does not ensure participation in any future solicitations or contract awards. Information received in response to this SSS will be used in determining future acquisition strategies and will be treated as information only. Any information submitted by respondents is voluntary. Requirement The MEON repair / maintenance SSS is being issued to conduct market research to identify potential sources with the ability and skill sets to repair the MEON test set. The respondents must describe their ability to assist the Government in establishing an organic depot-level maintenance capability for the United States Government (USG). For the purpose of this SSS, depot-level maintenance is defined as any action performed on material or software in the conduct of inspection, repair, overhaul, or the modification or rebuild of end-items, assemblies, subassemblies and parts (10 USC 2460). In accordance with Air Force Depot Source of Repair Assignment (DSOR) 15-077F, the organic depot shall be established at Warner Robins Air Logistics Complex (WRALC), GA. Upon establishment of the depot-level maintenance capability at WRALC, the USG will perform depot-level maintenance. Respondents must possess the expertise, capabilities, and experience in establishing a depot-level maintenance capability for the MEON Test Set. Responses shall state the respondent's ability to access, or its plan to access, and provide the USG the MEON Test Set depot-level source data required to establish an organic depot-level maintenance capability. Capabilities Document Request interested respondents submit a Capabilities Package in response to this SSS that demonstrates detailed knowledge, skills, experience and abilities in the following areas: 1. Describe your company's ability to access depot-level maintenance source data necessary to identify requirements for establishing and operating an organic depot-level maintenance capability for the MEON Test Set. (Source Data must include, but is not limited to: Skilled personnel requirements, Training and Certifications, Engineering data and drawings, Technical manuals and documentation, Repair procedures, Test requirements, Special and common support/test equipment, Special and common tools, Provisioning data, Facility requirements). If your company will be required to subcontract to meet this requirement, specify whom you will contract with and what percentage of the effort the subcontractor will perform. The USG cannot provide certain types of data to support this effort; your company must be able to obtain this data. 2. Describe your company's ability to deliver the prescribed source data to the Government enabling the establishment and validation/verification of organic depot-level maintenance for the MEON Test Set at Robins AFB, GA. If your company will be required to subcontract work to complete this effort, specify whom you will contract with and what percentage of the effort the subcontractor will perform. 3. Describe your company's ability to obtain and execute export licenses if interacting with a foreign manufacturer or customer. 4. Describe your company's ability to manage the configuration of the MEON Test Set. 5. Describe how your company would manage Diminishing Manufacturing Sources and Material Shortages of the MEON Test Set. 6. Describe your company's expertise and ability to identify existing and potential depot-level maintenance capabilities for the MEON Test Set, its components and subcomponents. 7. Describe your company's expertise, capabilities and experience in establishing depot-level maintenance for the MEON Test Set at Government and/or commercial locations. Provide supporting documentation of previous experience (contracts, agreements, etc.). 8. Describe your company's expertise and ability to identify specialized skill sets, conduct training to meet these skill sets and enable the Government to obtain required certifications as relating to the MEON Test Set depot-level maintenance. 9. Describe your company's expertise and ability to identify, obtain, and provide special and common support/test equipment and tools as relating to the MEON Test Set depot-level maintenance. 10. Describe your company's expertise and ability to identify and convey provisioning data as relating to the MEON Test Set depot level maintenance. "Provisioning" is defined as the process of determining and acquiring the range and quantity of support items (e.g., spares, repair parts, bulk materiel, tools and test equipment) necessary to operate and maintain a system. 11. Describe your company's expertise and ability to identify and deliver appropriate technical manuals and other documentation necessary to operate and maintain government organic depot level maintenance operations for the MEON Test Set or test set components. 12. Describe your company's expertise and ability to identify, optimize, and implement facility requirements and process flows as relating to the MEON Test Set depot-level maintenance. The capabilities package shall be limited to ten (10) double-spaced, minimum 10 point font, single-sided pages. Respondents who submit a capabilities package in response to this notice shall identify prior contracts (by contract number and issuing office) and Government points of contact (preferably the buyer or contracting officer) related to these efforts. Respondents should indicate whether they are, or are not, a small business, a small disadvantaged business, 8(a), HUBZone, veteran-owned, service-disabled veteran-owned or a woman owned small business. The general definition of a small business for this SSS is one that is independently owned and operated, is not dominant in the field of operation in which it is proposing an Air Force contract, and one who's number of employees does not exceed 1000. The North American Industrial Classification System Code to be used for this SSS is 336413. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent acquisition. Request respondents indicate their status as a Foreign-owned/Foreign-controlled contractor and any contemplated use of foreign national employees on this effort. Any information submitted by respondents to this SSS is voluntary. This synopsis is not to be construed as a commitment by the USG, nor will the USG reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any Government assessments. The Government's evaluation of the capabilities statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business designation (e.g. SDVOSB, HUBZone, 8(a), SDB, WOSB, VOSB, etc.). No set aside decision has been made; however, the Air Force is contemplating setting this acquisition aside for Small Businesses if there is sufficient demonstrated interest and capability. A key factor in determining an acquisition to be a Small Business Set Aside is that two or more potential small business prime contractors must be capable of performing at least 50 percent of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14, Limitations on Subcontracting. The clause reads, in part, as follows: "Limitations on Subcontracting (Dec 1996)... (b) By submission of an offer and execution of a contract, the Offeror/Contractor agrees that in performance of the contract in the case of a contract for - (1) Services (except construction), at least 50 percent of the cost of contract Performance incurred for personnel shall be expended for employees of the concern. (2) Supplies (other than procurement from a non-manufacturer of such supplies). The concern shall perform work for at least 50 percent of the cost of manufacturing the supplies, not including the cost of materials." Provide specific details and rationale as to how compliance with FAR clause 52.219-14 would be achieved, including specific details regarding teaming arrangements, etc. If your company is capable of meeting some, but not all of the requirements stated in this RFI, please provide a response detailing the requirements you are capable of meeting. This will allow an assessment of whether or not breaking out a portion of the requirement for Small Business is possible and practicable. Any issues regarding Limitations on Subcontracting (including issues of affiliation and ostensibility) should be considered in your response. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. If this effort is not a set-aside for small business, a small business utilization requirement will be considered. Request that large and small businesses provide a reasonable requirement for small business utilization as a percent of total contract value. Please provide supporting rationale for the recommended percentage. If market research leads to a decision to competitively award this requirement, IAW DFARS 215.304, the extent of participation of small businesses shall be addressed in source selection. The contracting officer will evaluate the extent to which offerors identify and commit to small business performance of the contract, whether as a joint venture, teaming arrangement, or subcontractor. This evaluation factor will be separate from subcontracting plans submitted pursuant to the clause at FAR 52.219-9. Information submitted in response to this Small Business Utilization section will be used to inform the Government of Small Business opportunities available in the marketplace, and will lead to an evaluation appropriate to the acquisition. Per DFARS PGI 215.304, evaluation criteria may include the extent to which such firms are specifically identified in proposals, the extent of commitment to use such firms, the complexity and variety of the work small firms are to perform, and the realism of the proposal. Submission of Proprietary Information Caution: The USG appreciates that interested respondents may not be able to respond to this market research without disclosing information deemed "proprietary." Data submitted in response to this market research will be distributed and discussed within the Government Respondents are responsible for clearly marking submitted information with appropriate restrictive markings. Analyses of responses may require disclosure of responses to Advisory and Assistance Services (A&AS) support contractor personnel. All members of the Government/Contractor team will be reminded of their obligation to protect such information to the maximum extent permitted or required and other applicable statutes or regulations. In addition, USG members will be reminded of their obligations to afford protection under the Trade Secrets Act, 18 U.S.C. 1905. All support contractor members are required to protect the information by the terms of their contracts. This synopsis does not constitute an Invitation for Bids (IFB) or a Request for Proposals (RFP), nor does its issuance restrict the Government as to its ultimate acquisition approach. The Government does not intend to award a contract on the basis of this notice, nor will it reimburse respondent(s) for any costs associated with preparing or submitting a response to this notice. Interested respondents should submit their responses to the contracting negotiator via mail to Ms. Julianne Indelicato, AFLCMC/WLYK, 2275 D Street, Bldg. 16, Room 0103, Wright Patterson AFB, OH 45433-7222, or electronically to julianne.indelicato@us.af.mil. Responses must be received no later than thirty (30) calendar days from the publication date of this announcement. If necessary, the Government may elect to contact interested parties for further clarifications or site visits.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA862517CMR/listing.html)
 
Record
SN04184824-W 20160717/160715234808-4c88a610f3713168a711fd28e75387c0 (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.