Sources Sought NVIS Bezel (Соединенные Штаты Америки - Тендер #55829244) | ||
| ||
| Для перевода текста тендера на нужный язык воспользуйтесь приложением: | ||
Страна: Соединенные Штаты Америки (другие тендеры и закупки Соединенные Штаты Америки) Номер конкурса: 55829244 Дата публикации: 24-07-2024 Источник тендера: Государственные закупки США |
||
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
Sources Sought Synopsis - NVIS Bezel
Notice Type: Sources Sought Synopsis
NOTICE: This is not a solicitation but rather a Sources Sought Synopsis (SSS) to determine potential sources for information and planning purposes only. The Government does not intend to award a contract based on this notice or to otherwise pay for the information solicited.
The purpose of this Sources Sought is to conduct market research to determine if responsible sources exist, to assist in determining if this effort can be competitive and/or a total Small Business Set-Aside. The proposed North American Industry Classification Systems (NAICS) Code is 336413, Other Aircraft Parts and Auxiliary Equipment Manufacturing. The corresponding SBA Size Standard is 1,250 employees. The United States Government (USG) will use this information to determine the best acquisition strategy for this procurement. The USG is interested in all small businesses to include 8(a), Service-Disabled Veteran Owned, Hub-Zone, and Women-Owned small business concerns. The USG requests that interested parties respond to this notice if applicable and identify your small business status, if any, to the identified NAICS code. Additionally, please provide any anticipated teaming arrangements. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners.
1. Program Details: The following information is provided to identify potential contractors who have the skills, experience, and knowledge required to successfully provide the described capability.
AFLCMC/WAM F-16 System Program Office, Foreign Military Sales (FMS) Section, Hill AFB, UT is seeking information about potential sources interested and capable of providing the below assets:
Part Number/NSN:
NVIS Bezel PN 600515-001 (LM Spec 16VF064-1)
NSL: No stock listing
Approximately 28 quantity of asset is anticipated to be purchased.
Program Requirements
2. Questions for contractors
3. Transmittal Letter and Capability: A transmittal letter shall include:
_____8 (a) certified small, disadvantaged business.
_____Certified service-disabled veteran-owned small business
_____Veteran-owned small business
_____Certified HUB-Zone small business
_____Small disadvantaged business
_____Woman owned small business.
_____Economically disadvantaged woman-owned small business
_____Minority
_____Native American tribal firm
_____Alaskan native corporate
_____Native Hawaiian owned small business
_____Small business
_____Sole contractor
_____Prime contractor (if small business) performing at least 50% of the work with subcontractor(s).
_____Prime contractor (if small business) performing at least 50% of the work with the following team member subcontractor(s) (insert business name, business size, cage code, and work which will be subcontracted), or
_____Joint venture with (insert business name, business size, and cage code). (See FAR subpart 9.6 for government policy on teaming arrangements, as well as 8(a) Program regulations described in 13 CFR 124.513, HUB-Zone Program described in 13 CFR 126.616, and Service-Disabled Veteran-Owned Program regulations described in FAR 19.1403(c) and 13 CFR 125.15(b).).
____Other teaming agreement (please explain).
This SSS is for planning purposes only and is not to be construed as a commitment to the USG to pay for the information submitted in response to this request. Respondents will not be notified of the results of the market analysis and debriefings will not be available. It is the reader’s responsibility to monitor the SAM.GOV website for any resultant or future solicitation package(s).
4. Response information:
Do you have any other comments or suggestions that you would like to share with us? Please e-mail responses to the Contracting Office no later than 30 July 2024 (contact information below).
Responses must include in subject line “Source Sought Synopsis: BCSR” This SSS is to be used in planning a future acquisition, please do not send any proposals. Request for proposals, if any when issued, will be available via the internet at www.SAM.gov. As such, it is the potential offeror’s responsibility to monitor these sites for the release of any additional information.
All responses should be submitted electronically. Only electronic responses will be accepted. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.
DISCLAIMER:
THIS ANNOUNCEMENT IS NOT A NOTICE OF SOLICITATION ISSUANCE. THIS IS A SOURCES SOUGHT SYNOPSIS FOR PLANNING PURPOSES ONLY.
This is a SSS only: This SSS is issued solely for information and planning purposes – it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This SSS does not commit the USG to contract for any supply or service whatsoever. This is a source sought only, which, as part of market research, is being issued in accordance with (IAW) Federal Acquisition Regulation (FAR) subpart 15.201.
The Air Force is not, at this time, seeking proposals and will not accept unsolicited proposals. Respondents are advised that the USG will not pay for any information or administrative costs incurred in responding to this SSS. All costs for any information associated with responding to this SSS will be solely at the expense of the interested party.
Contracting Office Address:
6072 Fir Ave., Bldg. 1233
Hill AFB, Utah 84056-8538
United States
Place of Performance:
Contractor facilities
United States
Primary Point of Contact:
Ian Morris at ian.morris.5@us.af.mil
Zori Mattison at zori.mattison@us.af.mil
Program Manager:
Robert Zazone at robert.zazone@us.af.mil
Mary E. Carver at mary.carver@us.af.mil