Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 27, 2025 SAM #8644
SOURCES SOUGHT

56 -- Fiber-Reinforced Polymer (FRP) panel kits in support of the USAF Airfield Damage Repair Program

Notice Date
7/25/2025 11:11:00 AM
 
Notice Type
Sources Sought
 
Contracting Office
FA8051 772 ESS PKD TYNDALL AFB FL 32403-5322 USA
 
ZIP Code
32403-5322
 
Solicitation Number
FA8051-26-R-FRPPanelKits
 
Response Due
9/10/2025 12:00:00 PM
 
Archive Date
09/25/2025
 
Point of Contact
Randall Jones, Phone: 8502836375, Matthew Martinez, Phone: 8502836842
 
E-Mail Address
randall.jones.16@us.af.mil, matthew.martinez.37@us.af.mil
(randall.jones.16@us.af.mil, matthew.martinez.37@us.af.mil)
 
Description
1. THIS NOTICE IS ISSUED AS A SOURCES SOUGHT ANNOUNCEMENT FOR INFORMATION PURPOSES ONLY. This notice DOES NOT constitute a Request for Proposal or complete package outlining the technical competencies/qualifications of the prospective contractor, nor does it represent any commitment by the Government. Since this is a Sources Sought announcement, no evaluation letters and/or results will be issued to the respondents. No reimbursement will be made for any costs associated with providing information in response to this announcement. No telephone calls will be accepted requesting a bid package or solicitation. A solicitation does not presently exist. 2. The United States Air Force (USAF) has a requirement in support of Directorate of Headquarters Air Force Civil Engineer Center (HQ AFCEC) for the purchase Fiber-Reinforced Polymer (FRP) panel kits in support of the USAF Airfield Damage Repair Program. This requirement also has the potential to extend to other agencies within the Department of Defense. The intent is to eventually award a 5-year centralized Indefinite Delivery Indefinite Quantity contract to allow for the acquisition of various kits as well as individual quantities of varying materials to support USAF ADR requirement. The number of Delivery Orders will fluctuate annually dependent on the USAF�s needs. For the USAF to better understand the capabilities of industry, please address questions found in the attached file: FA805126R000X FRP Panels Sources Sought 25 Jul 2025 3. The Government is performing market research primarily to locate firms with the capability to execute the requirements of this anticipated Sources Sought. Therefore, all business concerns are invited to provide a capability statement in response to this requirement. It is required for all contractors to be registered to do business with the Government in SAM before any award is made. Contractors are encouraged to obtain further information on SAM registration at the following website: https://www.sam.gov/SAM/pages/public/index.jsf. This announcement does not obligate the Government to award a contract, nor does it obligate the Government to pay for any preparation costs for this effort. 4. The Government strongly encourages any firms interested in such work to submit a capability statement that addresses, as a minimum, the questions presented within this announcement. The Government does not intend to rank submittals or provide any reply to interested firms. North American Industry Classification System (NAICS) Code 332312 � Fabricated Structural Metal Manufacturing. The small business size standard for this NAICS is 500 employees. It is anticipated that the first order will not be until late FY2027. 5. Contractors who can provide this product should submit in writing an affirmative response, which includes as a minimum the following information: a. What is the name of your business, Cage Code and UEI? b. What is your business address? c. Provide a point of contact to include telephone number and email address. d. Based on your professional experience in the private sector, would you consider this requirement to coincide with work typically provided in the commercial market? e. Provide an additional NAICS code with justification that you would recommend as being more applicable. f. Specify your business type (SBA certified Small Business, Small Disadvantaged Business, 8(a) Certified Small Business, HUBZone Small Business, Woman-Owned Small Business, Service-Disabled Veteran-Owned Small Business, Veteran-Owned Small Business) based upon NAICS 332312. Specify all that apply. g. Would your firm propose on this project as a prime contractor, prime contractor with subcontractor(s), prime contractor with team member subcontractor(s), or a joint venture? If you have proposed a joint venture, identify to the extent possible, your team members. Identify the business size of your team members or joint venture firms. If a teaming arrangement is planned, give details to the extent practicable on how the team likely will be composed. See FAR subpart 9.6 for Government policy on teaming arrangements and 8(a) Program regulations described in 13 CFR 124.513 h. Please provide your assessment on whether subcontracting opportunities are available and what goals would be appropriate. Please include supporting rationale. i. Identify any contracts completed in the past three (3) years for the same or similar products to help determine your firm�s capability in meeting the requirements for the products identified in the attached Statement of Work (SOW) package. Include any government contracts (Federal, State, or local) that you have been awarded for this type of requirement. Also, include the contract number and a government point of contact. Please also provide subcontracting percentages and dollars for the projects identified. j. Is this product available on a GSA Schedule? If so, please provide the GSA Schedule number and special item number. If GSA is in the process of awarding a schedule for this type of requirement, please provide the GSA point of contact name and phone number. k. Do you have any other comments or suggestions that you would like to share with us? l. Does your company have the financial resources to front cost associated purchasing supplies and materials for delivery orders more than $10M, $20M? 6. All responsible sources are encouraged to submit a capability statement in response to this announcement. All such responses will be considered by the agency. Responses shall be no more than 15 pages (single spaced, front and back, no smaller than Times New Roman, font size 12 or equivalent). If submissions exceed the page count noted, the Government will only review the first 15 pages and disregard the remainder of the submission. Extraneous materials (brochures, manuals, etc.) will be considered, but limited to no more than 5 pages. Questions concerning this announcement shall be submitted in writing via email to the individuals listed below NLT 1400CST 12 Aug 2025. Responses shall be submitted electronically to Mr. Randall S. Jones at randall.jones.16@us.af.mil, Mr. Matthew Martinez at matthew.martinez.37@us.af.mil and Nikita Chandiramani at nikita.chandiramani@us.af.mil NLT 1400CST 10 Sept 2025. List of Attachments/Exhibits Attachment 1: ADR FRP IDIQ Statement of Work (SOW) Attachment A: FRP Panel Assembly Specifications Appendix A1: FRP Panel Assembly Drawings Attachment B: FRP Grout Kit Specifications Attachment C: FRP Anchor Kit Specifications Appendix C1: FRP Anchor Kit Drawings Attachment D: FRP Tool Kit Specifications Appendix D1: FRP Tool Kit Drawings Attachment E: FRP Tow Kit Specifications Attachment F: IDIQ Unit of Issue Attachment G: Shipping Locations Attachment H: FRP Drawing Package
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/df195d220a3e4afa8fc836f9d69a8adb/view)
 
Place of Performance
Address: Tyndall AFB, FL, USA
Country: USA
 
Record
SN07525264-F 20250727/250725230051 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.