Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 10, 2019 FBO #6528
SOURCES SOUGHT

A -- Center for Aircraft Structural Life Extension (CAStLE) - Sources Sought

Notice Date
10/8/2019
 
Notice Type
Sources Sought
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
Contracting Office
Department of the Air Force, Direct Reporting Units, USAF Academy - 10 CONS, 8110 Industrial Drive, Suite 200, USAF Academy, Colorado, 80840-2315, United States
 
ZIP Code
80840-2315
 
Solicitation Number
FA700020R0002
 
Archive Date
11/30/2019
 
Point of Contact
Doris G. Jeffers, Phone: 7193334683, Sarah E. Vollbracht, Phone: 7193334595
 
E-Mail Address
doris.jeffers@us.af.mil, sarah.vollbracht@us.af.mil
(doris.jeffers@us.af.mil, sarah.vollbracht@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Draft Work Statement Description: This announcement serves as a Sources Sought Notice (FA700020R0002) issued for the purpose of market research in accordance with Federal Acquisition Regulation (FAR) Part 10 for an upcoming acquisition at the United States Air Force Academy (USAFA). This sources sought is issued solely for information and planning purposes and does not constitute a solicitation or a commitment or obligation on the part of the Government to issue a solicitation. DO NOT submit a quote or proposal in response to this notice. Any information provided by industry to the Government as a result of this notice is voluntary. The Government will not pay for any information submitted in response to this notice. The United States Air Force Academy (USAFA) requests information from potential contractors that believe they have the capabilities necessary to perform engineering related tasks and research activities in support of the Center for Aircraft Structural Life Extension (CAStLE). CAStLE is a research center in the Department of Engineering Mechanics at the USAFA. The efforts performed by CAStLE cover a variety of tasks that follow aircraft and other structures through their life cycle from cradle to grave. CAStLE efforts cover a wide range of structure-related activities, spanning (1) basic development and characterization of materials, (2) mechanical testing, (3) material corrosion susceptibility and mitigation, (4) computer modeling and finite element analysis, (5) flight data acquisition, (6) structural teardown analysis, (7) analysis of damaged, failed and/or aged structure/materials, and (8) integration with the USAFA cadet/faculty curricular mission. The type of activities that may be sought are sustainment engineering (review, assess, define, resolve technical deficiencies revealed in products and materials), structures teardown analysis, root-cause/failure analysis, non-destructive analysis, design analysis, system design improvement, developmental testing, component testing, full-scale testing, certification and force management development, force management execution, risk analysis, course development and training, subject matter expert support to USAFA cadets and faculty, maintenance/operation/upgrade of USAFA CAStLE laboratory facility, and preparation/delivery of written reports/briefings. These types of activities may be required for a variety of structures and materials such as those found in aircraft, ships, ground vehicles, support equipment, bridges, and other categories of aging systems. North American Industry Classification System Code (NAICS): 541715 - Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology) 336411 - Aircraft Manufacturing 488190 - Other Support Activities for Air Transportation 336413 - Other Aircraft Part and Auxiliary Equipment Manufacturing Information is requested to determine interest and capabilities of potential offerors. The Government is assessing this effort to determine if it is appropriate for a total or partial small business program set-aside. Information provided in response to this posting will be used in this assessment. All businesses capable of providing the types of tasks described above are invited to respond by completing the Company Capabilities Questionnaire. Any information provided by industry to the Government as a result of this sources sought synopsis is voluntary and will not be released to the public. Respondents may elect to have their company point of contact information released in a future posting to promote dissemination of information for subcontracting purposes. Response Instructions: Responses are due no later than 15 November 2019, 2:00 p.m. MST. Replies via e-mail are preferred; however, fax or mail is also acceptable. Oral communications are not acceptable in response to this notice. Questions and responses should be addressed to the primary contact, Doris Jeffers, Contract Specialist, doris.jeffers@us.af.mil or the alternate point of contact, Sarah Vollbracht, Contracting Officer, sarah.vollbracht@us.af.mil. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released, it will be synopsized in FedBizOpps. It is the potential offeror's responsibility to monitor this site for the release of any synopsis or solicitation. Company Capabilities Questionnaire: 1. Company Profile: a. Company name: b. Mailing address: c. CAGE code and DUNS number, as registered in SAM: d. Point of contact (name, telephone number, and email address): e. Business size designation/status, e.g., 8(a), HUBZone, Woman Owned Small Business, Veteran-Owned or Service Disabled Veteran-Owned Small Business, large business: 2. Point of Contact: Provide company point of contact by name (including telephone number and e-mail). Indicate if the company point of contact information is to be released in a future posting to promote dissemination of information for subcontracting purposes. 3. NACIS: Provide business size and NAICS code(s). 4. Accounting System: Indicate if the company accounting system permits timely development of all necessary cost data and if it has been certified by Defense Contract Management Administration (DCMA). 5. Subcontracting Arrangements: Discuss current and potential teaming or subcontracting arrangements and how small business plans have and will be utilized. Describe the scope of previous teaming/subcontracting partnership, the role of the prime contractor in that partnership and the percentage of effort assigned to each partner. 6. Technical Narrative/Capabilities Statement: Provide technical summary for same or similar contract requirements that have been accomplished on prior contracts. In the event similar work has not been accomplished, provide an approach to how the requirement would be met. Responses shall to the Technical Narrative/Capabilities Statement shall not be greater than three (3) pages in total, Times New Roman, 12 point font, and 1 inch margins. At a minimum, address the following questions within the response: a. Describe contractual involvement with the Aircraft Structural Integrity Program (ASIP). b. Describe involvement with teardown and analysis efforts on aging structures. c. Describe involvement with aging structure studies of military systems and where applicable specific to military aircraft. d. The Government is contemplating a site visit during the market research phase of this acquisition. Provide availability for a site visit to the place of performance (where contract execution will occur). 7. Contract Performance: Submit information on up to three (3) recent contracts that would be consider relevant in demonstrating company capabilities to perform the proposed effort; maximum 1 page in length per contract. To be recent, the contract must be ongoing, or must have been performed or completed during the five years leading up to the date of this sources sought notice posting. a. Provide contract number, contract title and NAICS code used. b. Explain what aspects of the cited contracts are deemed relevant to the proposed effort and to what aspects of the proposed effort they relate. This may include a discussion of efforts accomplished to resolve problems encountered on prior contracts as well as past efforts to identify and manage program risk. c. Provide information on any potential workload and staffing restrictions that may be encountered if similar contracts are being performed concurrently.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/DRU/10ABWLGC/FA700020R0002/listing.html)
 
Place of Performance
Address: 8110 Industrial Drive, United States Air Force Academy, Colorado Springs, Colorado, 80840, United States
Zip Code: 80840
 
Record
SN05470271-W 20191010/191008230425-e707cebe44e8a35914638ebd93ed6231 (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.