Inactive
Notice ID:FA8105-24-R-B001
**The Government anticipates releasing the new solicitation FA8105-24-R-B001 Jan/Feb 2024.** REQUEST FOR INFORMATION This is an RFI for market research purposes issued by the C/KC?135 Contracting Bran...
**The Government anticipates releasing the new solicitation FA8105-24-R-B001 Jan/Feb 2024.** REQUEST FOR INFORMATION This is an RFI for market research purposes issued by the C/KC?135 Contracting Branch, AFLCMC/WLT at Tinker Air Force Base (TAFB). The United States Air Force (USAF) is requesting information pertaining to the Fuel Management System and the Flight Display System for the KC?135 aircraft. PURPOSE The purpose of this RFI-01 is to solicit industry options and possible solutions for providing a replacement of the KC-135 Fuel Quantity Indicating System and the Flight Display System. THIS IS A REQUEST FOR INFORMATION ONLY This RFI is issued solely for informational and planning purposes. It does not constitute a solicitation (Request for Proposal or Request for Quotations) or a promise to issue a solicitation in the future. As stipulated in FAR 15.201(e), responses to this notice are not considered o?ers, shall not be used as a proposal, and cannot be accepted by the Government to form a binding contract. This RFI does not commit the Government to contract for any supply or service whatsoever. Furthermore, we are not seeking proposals at this time. Responders are advised that the Government will not pay for any information or administrative costs incurred in response to this RFI. All costs associated with responding to this RFI will be solely at the responding party’s expense. The Government requests that non?proprietary information be submitted in response to this RFI. However, should proprietary information be submitted, it should be marked “PROPRIETARY”, and will be handled accordingly. The Government shall not be liable, or su?er any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Proprietary information or trade secrets should be clearly identified. INFORMATION REQUESTED Respondents should provide the following information: 1. What advantages or disadvantages exist with a Firm Fixed Price (FFP) Contract for the entire CCR effort? 2. Would a FFP contract preclude you from submitting a proposal? If so, what contract type would you recommend? 3. Do you prefer liquidated damages or negative incentive regarding delivery delays? 4. What is your recommended liquidated damages amount and why? Please submit responses to the Government Contracting Office POC listed below by 05 December 2023, 4:00 PM CST. Primary Point of Contact: Ms. Sandra “Annie” Newton sandra.newton.1@us.af.mil Alternate Point of Contact: Ms. Shanita Manuel shanita.manuel@us.af.mil