Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 16, 2020 SAM #6835
SOURCES SOUGHT

99 -- Miniaturized Flight Termination System

Notice Date
8/14/2020 4:35:03 AM
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
FA2487 AFTC PZIE EGLIN AFB FL 32542-6886 USA
 
ZIP Code
32542-6886
 
Solicitation Number
FA2487-20-R-0030
 
Response Due
8/28/2020 1:00:00 PM
 
Archive Date
09/12/2020
 
Point of Contact
Craig L. O'Neill, Phone: 850-882-0181
 
E-Mail Address
craig.oneill@us.af.mil
(craig.oneill@us.af.mil)
 
Description
The Department of Defense (DoD), United States Air Force (USAF), Air Force Materiel Command (AFMC), Air Force Test Center (AFTC), 96th Test Wing, 96th Range Support Squadron (96 RANSS) is currently conducting market research seeking capability statements from potential sources, including small businesses (SB), 8(a), HUBZone, Economically Disadvantaged Woman-Owned (EDWOSB), Woman-Owned (WOSB), Service Disabled Veteran Owned (SDVOSB) small businesses that are capable of quickly providing miniaturized Flight Termination Systems (FTSs) and associated telemetry acquisition encryption and tranmission components and/or modules as depicted on the conceptual, modular architectural block diagram (see below for information on attaining the diagram).� This diagram does not attempt to provide all interconnect signaling and interfaces that may be employed.� It is desirable that modules and component comply with applicable Range Commander Council (RCC) FTS and telemetry subsystem standards, such as RCC 319, 324, 262 and 106.� The 96th TW will also accept information from vendors capable of providing complete, end-to-end FTS systems.� Components and modules must be in advanced states of design and certification stages due to the urgency of this requirement. Since foreign participation is not permitted for this acquisition, the RFI Response Form and conceptual, modular architectural block diagram will only be made available only to U.S. contractors and will exclusively be available to DoD contractors certified under the Defense Logistic Agencies (DLA)'s Joint Certification Program (JCP).� Certification under the JCP establishes the eligibility of a U.S. contractor to technical data governed, in the U.S., by DoD Directive 5230.25. A certification is required by U.S. contractors that wish to obtain access to unclassified technical data disclosing militarily critical technology with military or space application that is under the control of, or in the possession of the U.S. DoD. Contractors must submit a DD Form 2345 to the U.S. Joint Certification Office, along with a copy of the company's State/Provincial License, Incorporation Certificate, Sales Tax Identification Form or other documentation which verifies the legitimacy of the company (see https://www.dla.mil/HQ/LogisticsOperations/Services/JCP/).� Comments on the draft conceptual, modular architectural block diagram are being sought from interested qualified vendors for the purposes of clarification of the government's requirements. Request interested parties to provide input and supporting documents as to the commerciality of the requirement including previous commercial sales examples and customers. �For copies of the Conceptual, modular architectural block diagram and RFI response form, contact the Contracting Officer identified below with proof of certification.� All interested vendors shall submit a response demonstrating their capability to meet the requirements above to the Primary Point of Contact listed below. Proposals are not being requested or accepted at this time. As stipulated in FAR 15.201(e), responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract.� No solicitation (Request for Proposal) exists at this time; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion.� The NAICS Code assigned to this acquisition is 334511, Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing, with a size standard of 1,250 persons. Respondents should indicate their size in relation to this size standard and indicate socio-economic status (i.e. SB, 8(a), HUBZone, EDWOSB, WOSB, or SDVOSB).� Respondents are further requested to indicate their status as a Foreign-owned/Foreign-controlled firm and any contemplated use of foreign national employees on this effort. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent action. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. No set-aside decision has been made. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime contractors must perform at least 50% of the effort, as defined in FAR Clause 52.219-14.� Any information submitted by respondents to this sources sought is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government 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 assessment of the capability 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 business, or any particular small business program.� CAPABILITIES STATEMENT: All interested vendors shall submit a capabilities statement that explicitly demonstrates their capability to provide/perform the requirement stated in this notice. The capabilities statement should be brief and concise, yet clearly demonstrate an ability to meet the stated requirement. The response must not exceed 50 pages.� The 96th TW will accept information from vendors capable of providing complete, end-to-end FTS systems rather than just components.� In addition, small businesses with only partial capabilities of this requirement are encouraged to submit their capabilities statement demonstrating the portion of the requirement they are capable of providing/performing. In addition, please respond to this RFI by completing the RFI Response Form.� Please completely fill out the requested information in the attachment and include component/module fact sheets if available. The aforementioned pieces of information will allow the Government to identify areas of possible breakout or possible subcontracting opportunities.� All responsible sources may submit information that shall be considered by the agency. If late information is received, it may be considered, depending on agency time constraints. All routine communications regarding the announcement should be directed to the contractual point of contact listed in this posting. The Government may or may not use any responses to this sources sought as a basis for a subsequent project/requirement. Any project/requirement developed fromthe sources sought responses may be the subject of a subsequent acquisition; any such subsequent acquisition will be posted in FedBizOpps.gov separately. Responses to this sources sought will not be returned.� The Government is under no obligation to acknowledge receipt of the information received, or provide feedback to the respondents with respect to any of the information submitted under this sources sought. No requests for a bid package or solicitation will be accepted; a bid package or solicitation does not exist at this time. In order to protect the integrity of any possible future acquisition, no additional information will be provided and no appointments for presentations will be made in reference to this sources sought.� Only government employees will review submitted responses to this sources sought.� Respondents are advised that employees of commercial firms under contract with the Government may be used to administratively process submissions and perform other administrative duties requiring access to other contractor's proprietary information. These administrative support contractors include nondisclosure agreements prohibiting their contractor employees from disclosing any information submitted by other contractors or using such information for any purpose other than that for which it was furnished. Questions regarding this announcement shall be submitted in writing by e-mail to Craig O�Neill, craig.oneill@us.af.mil and Robert Hill, robert.hill.7@us.af.mil no later than 21 Aug 2020 3:00 PM Central Time.� Verbal questions will NOT be accepted.� Technical and contractual questions from all vendors will compiled, and the answers will provided via email NLT 26 Aug 2020. No answers will be posted publically on Beta SAM.� The Government does not guarantee that questions received after 21 Aug 2020 will be answered.� All correspondence sent via email shall contain a subject line that reads ""FA2487-20-R-0030, Miniaturized Flight Termination System.""� If this subject line is not included, the e-mail may not get through e-mail filters at Eglin AFB. Filters are designed to delete emails without a subject or with a suspicious subject or attachment. Attachments with files ending in .zip or .exe are not allowable and will be deleted. Ensure only .pdf, .doc, .docx, .xsls, or .xls documents are attached to your email. All other attachments may be deleted.� Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED.� To aid the Government, please segregate proprietary information.� Please be advised that all submissions become Government property and will not be returned.� �RESPONSES ARE DUE NO LATER THAN 3:00 P.M. (CT) ON 28 Aug 2020.� Direct all responses concerning this requirement to Craig O�Neill, Contracting Officer at craig.oneill@us.af.mil.� Please also cc the Technical POC Mr. Robert Hill robert.hill.7@us.af.mil.�
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/78d91192b15a46dab602ee2e9dd40a74/view)
 
Place of Performance
Address: Eglin AFB, FL 32542, USA
Zip Code: 32542
Country: USA
 
Record
SN05759841-F 20200816/200814230202 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.