Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 15, 2021 SAM #7258
SOURCES SOUGHT

L -- A-10C Contractor Engineering and Technical Services (CETS)

Notice Date
10/13/2021 7:22:06 AM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
FA8604 AFLCMC PZI WRIGHT PATTERSON AFB OH 45433-7228 USA
 
ZIP Code
45433-7228
 
Solicitation Number
PZIEB-21-001
 
Response Due
10/21/2021 1:00:00 PM
 
Archive Date
10/21/2021
 
Point of Contact
Alix Becker, Phone: 9376567525
 
E-Mail Address
alix.becker@us.af.mil
(alix.becker@us.af.mil)
 
Description
General Introduction: This announcement constitutes a Sources Sought Synopsis (SSS) only. �The Air Force Life Cycle Management Center (AFLCMC) Enterprise and Specialized Contracting (AFLCMC/PZIEB) is conducting a market assessment to identify potential sources and companies that may possess the expertise, capabilities, and experience pertaining to Contractor Engineering and Technical Services (CETS) for A-10C aircraft systems sustainment. The Government is issuing this SSS solely for information and planning purposes.� The Government will consider responses to determine the acquisition strategy for procuring A-10C CETS.� This is not a request for a quote, request for proposals (RFP), or an invitation to bid, nor is this to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. �The Government will not reimburse or pay for any information submitted in response to this SSS or any follow-up information requests. �Please be advised that all submissions become Government property and will not be returned. �All costs associated with responding to this SSS will be solely at the responding party�s expense. AFLCMC is not seeking proposals at this time, and will not accept or consider unsolicited proposals. Not responding to this SSS does not preclude participation in any future RFP. �Small Businesses are encouraged to provide responses to this SSS in order to assist AFLCMC in determining potential levels of competition available in the industry, as well as helping to establish a basis for developing any subsequent small business subcontract plan goal percentages. �An acquisition strategy is still being determined. �Market research results will assist the Air Force in determining whether this requirement will be a full-and-open, a small business set-aside, or a sole-source acquisition. Note that if there is sufficient demonstrated interest and capability among small business contractors, then it may be determined that a small business set-aside is appropriate.� 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 Federal Acquisition Regulation (FAR) clause 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 with subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. �Responders should clearly delineate any teaming and/or subcontracting arrangements and provide previous experience in teaming. �If this effort is not set-aside for small business, then the Government will consider using small businesses. �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. In accordance with FAR 15.201(e), responses to this notice are not offers and the Government cannot accept to form a binding contract. �It is the responsibility of the interested parties to monitor the FedBizOpps (fbo.gov) site for any additional information pertaining to this SSS. The Government may contact companies if it requires additional information to fully understand the marketplace. Responders should also state whether they are interested in being a prime contractor for this requirement or a subcontractor. This effort is expected to result in a Firm Fixed Price contract. The anticipated period of performance is 01 July 2022 to 30 June 2025. Purpose: This SSS will inform the Government�s understanding of available A-10C CETS to:� Provide on-the-job training to all maintenance personnel covering all phases of maintenance and operation, operational checkout, system analysis, and system/subsystem replacement/adjustment/services pertinent to the A-10C aircraft avionics, weapons, and APG systems. All CETS must provide training, maintenance assistance, troubleshooting, and sustainment of all A-10C related systems. Provide on-site formal and on-the-job training, maintenance technical advice, and general A-10C aircraft system sustainment. The objective of CETS is to elevate the technical skills and abilities of Air National Guard personnel responsible for the support, operation, and maintenance of the above listed equipment/systems to the level of self-sufficiency. Location of Service:�� 122 MXG Fort Wayne, IN � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � 124 MXG Boise, ID � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � 127 MXG Selfridge, MI � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � 175 MXG Baltimore, MD Provide extensive technical assistance in both formal classroom and on-the-job training on all phases of operation and squadron level maintenance of the primary and associated test equipment. Provide training outlines, documenting systems to be discussed with technical references and clear objectives to the Office of Primary Responsibility, Quality Assurance Office, or Contracting Officer Representative (COR) for review. Include safety precautions, adherence to technical orders, and form documentation in all training. Render technical assistance to resolve difficult or unusual maintenance problems. Provide system description to pilots on A-10C aircraft systems performance, characteristics, and peculiarities as applicable. Provide assistance in the interpretation of USAF technical orders, manuals, aircraft drawings, and schematics pertaining to the A-10C aircraft systems and auxiliary equipment. Provide liaison through which information related to aircraft sustainment discrepancies, available at the System Program Office, can be quickly disseminated/resolved for personnel. Assist personnel in reporting deficiencies through normal Air Force channels (i.e. Material Deficiency Reports, AFTO 22, Form 37, etc.). Plans developed will focus maximum effort in training personnel. Sources Sought Responses: Please provide your SSS responses to Alex.Heller@us.af.mil and Alix.Becker@us.af.mil by 4:00PM EST on 21 OCT 2021. �Title e-mail responses in the subject line of the e-mail as follows:� �Response to A-10C CETS Sources Sought Synopsis #PZIEB-21-001� Responses shall include the following information: Company/Institute name Address Point of Contact CAGE Code DUNS Number Phone Number E-mail Address Web page URL Is your company domestically or foreign owned? If foreign, please indicate the country of ownership All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract.� The North American Industry Classification System (NAICS) Code for this requirement, if applicable to the company�s capabilities, should be included in the company�s NAICS code listing in SAM. The NAICS Code for this action is 541330 (Engineering Services).� Based on the NAICS Code, state whether your company qualifies as a: Small Business (Yes/No) Women-Owned Small Business (Yes/No) Economically Disadvantaged Women Owned Small Business (Yes/No) Certified 8(a) (Yes/No) If yes, SBA Certification Date: _________________ SBA Graduation Date: _____________________ HUB Zone Certified (Yes/No) Veteran Owned Small Business (Yes/No) Service Disabled Veteran Owned Small Business (Yes/No) Please limit responses to no more than 7 pages, to include the ability and approach to meet the stated requirements, a description of recent (within three years) and relevant contract experience with Government or commercial customers, and answers to the questions above. Identify a representative to support further Government inquiries and requests for clarification of the information provided, if needed. �The Government will consider all Marketing materials as an insufficient response to this SSS. Responders should indicate which portions of their responses are proprietary and mark accordingly. The Government will handle all information properly marked as proprietary information. The Government is not liable for, or suffer any consequential damages, for any proprietary information not properly identified. All responses shall be UNCLASSIFIED. Questions: The Government will answer questions from interested parties promptly and will post on the FBO website, unless some release of proprietary information is involved or the answer addresses a question specific to a company or that company�s response. AF Points of Contact (POCs) for this SSS: Alex Heller, Contracting Officer Alex.Heller@us.af.mil Alix Becker, Contract Specialist Alix.Becker@us.af.mil Contracting Office Address: AFLCMC/PZIEB Bldg. 16, Rm. 128 2275 D Street Wright-Patterson AFB, Ohio 45433 The Government will answer all written questions by posting answers to this SAM website, except as provided above.� Additionally, questions must NOT contain trade secrets or classified information.� The Government reserves the right to not address questions received after 05 OCT 2021.�
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/2cdcbf602ae84027baf7093b15eac5c7/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06157077-F 20211015/211013230113 (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.