Ground Equipment for Nuclear Gas Analysis Response (GENGAR)
Ground Equipment for Nuclear Gas Analysis Response (GENGAR) This is not a solicitation but rather a Sources Sought Synopsis to determine any potential sources for information and planning purposes onl... Ground Equipment for Nuclear Gas Analysis Response (GENGAR) This is not a solicitation but rather a Sources Sought Synopsis to determine any potential sources for information and planning purposes only. 1.0 Description 1.1 The Air Force Technical Applications Center and AMIC OL Det 2/PKA are conducting Market Research for non-personal services to provide expert technical services. This Sources Sought is one of the elements of our Market Research, and it will be used to determine the acquisition approach. 1.2 The Sources Sought Notice does not constitute a Request for Proposal (RFP), Request for Quote (RFQ) or an Invitation for Bid (IFB). The Government may use the information obtained from responses to this notice in determining its acquisition approach, but the issuance of this notice does not restrict the Government acquisition approach. 1.3 Interested firms should submit information as to the capabilities, capacity and experience to perform the goal of in-field gas analysis. Firms should state if there is interest to participate as a prime contractor or subcontractor. Sub-contracting information will assist the Government to determine subcontracting goals. 1.4 The capabilities package should describe relevant contract experience offered to Government and commercial customers. Include a reference to the contract number, magnitude, place of performance and points of contact for each example provided (name, point of contact, mailing address, e-mail, telephone number, and the company's web page (if applicable)). Submitted information shall be UNCLASSIFIED. 1.5 The North American Industry Classification System (NAICS) Code is 541330. The small business size standard for annual average gross revenue for the last three fiscal years is not to exceed $15M. 2.0 Information 2.1 Estimated Period of Performance (POP): 01 December 2022 – 01 May 2027 2.2 Security Requirements: The contractor shall have a final U.S. Government issued SECRET facility security clearance with a current SECRET clearance. No classified safeguarding required. Other details will be provided in the contract DD Form 254. 3.0 Requested Information 3.1 Company capability statements shall provide administrative information and shall include the following at a minimum: 3.2 Name (point of contact), mailing address, e-mail, telephone number and company's web site (if applicable). 3.3 The facility security clearance of the offeror or alternate arrangement that allows the offeror to conduct classified work. 3.4 Company capability for in-field (relatively quick breakdown/setup system to be transported) gas analysis calling out current isotopes and accuracy. 3.5 Firms responding must state whether they are a Small Business (SB), Veteran Owned Small Business (VOSB), Service-Disabled Veteran-Owned Small Business (SDVOSB), HUBZone Small Business (HSB), Small Disadvantaged Business (SDB), Women-Owned Small Business (WOSB), Economically Disadvantaged Women-Owned Small Business (EDWOSB), Historically Black College or University or Minority Institution (HBCU/MI), 8(a) firm, an Indian Tribe or Alaskan Native Corporation or a large business based on the size standards in Para 1.5 above. 4.0 Responses 4.1 Please submit your capabilities packages to AFTAC/SDB, Attn: 1Lt Nathan Ruprecht, AFTAC Bldg. 10989, 1020 South Patrick Drive, Patrick Space Force Base, FL 32925. Offerors MUST notify 1Lt Nathan Ruprecht of the United States Postal Service (USPS) tracking number upon shipment of classified packages [email: Nathan.Ruprecht.2@us.af.mil or phone: (321) 494- 0576]. Any questions may be directed to the Contract Specialist, Ms. Charlotte Simon, email: charlotte.simon@us.af.mil and, to the Contracting Officer, Ms. Cynthia Turner, email: cynthia.turner.1@us.af.mil. Questions must be received no later than 1 P.M. Eastern Daylight Time (EDT) on 10 June 2022. Responses must be submitted no later than 1 P.M. Eastern Daylight Time (EDT) on 17 June 2022. No facsimile responses will be accepted. The Government will not award a contract solely on the basis of this Sources Sought, nor will it reimburse the contractor for any costs associated with preparing or submitting a response to this notice. 4.2 Responses shall be limited to five (5) pages. 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. 4.3 It is the submitter's sole responsibility to verify the package was delivered or the efile was received and can be viewed. 5.0 Industry Discussions: AFTAC representatives may or may not choose to meet with potential offerors. Such discussions would only be intended to get further clarification of potential capability to meet the requirements, especially any development and certification risks. Industry discussion requests will be considered no later than 1 P.M. Eastern Daylight Time (EDT) on 10 June 2022. 6.0 OMBUDSMAN – AFFARS 5352.201-9101 (Oct 2019): (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of the proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee- employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, Deputy Director of Contracting, AFICC/KC (OL-ACC), 114 Thompson St, Langley AFB, VA 23665-2769, phone number (757) 764-5372, facsimile number (757) 764- 4400, E-mail address: a7k1@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQAFICA/AFISRA/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS)(Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquires shall be directed to the Contracting Officer. (End of clause) 7.0 Questions: Questions regarding this announcement shall be submitted in writing by e-mail to the Contracting POCs stated in Para 4.1 above. Questions will be answered via posting on the Sam.gov website. Questions shall NOT contain proprietary or classified information. The Government does not guarantee that questions received after 1:00 P.M. Eastern Daylight Time (EDT) on 10 June 2022 will be answered. 8.0 Summary: THIS IS A SOURCES SOUGHT to identify potential prime or subcontractors that can provide non-personal services for design and production to meet AFTAC’s in-field gas analysis requirements. The government is contemplating the use of a Firm Fixed Price (FFP) contract for the cradle-to-grave acquisition of a system including creating and providing a complete technical package of the designed system for government sustainment, technical manuals and respective support for operations and maintenance, and testing and production of five (5) units to sufficient standards. Specific requirements and capabilities can be requested through the POCs stated in Para 4.1 above and received via necessary means. The information provided in this announcement is subject to change and is not binding on the Government. AFTAC has not made a commitment to procure any of the items discussed and release of this Sources Sought should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned. PLACE OF PERFORMANCE: At contractor facility with support at 1020 South Patrick Drive Building 10989 Patrick, SFB, Florida 32925
Data sourced from SAM.gov.
View Official Posting »