Shipping Containers for Standoff Precision Guided Munitions (SOPGMs)
SOURCES SOUGHT/REQUEST FOR INFORMATION The Department of Defense, United States Air Force (USAF), Air Force Materiel Command (AFMC), Air Force Life Cycle Management Center (AFLCMC), Rapid Acquisition ... SOURCES SOUGHT/REQUEST FOR INFORMATION The Department of Defense, United States Air Force (USAF), Air Force Materiel Command (AFMC), Air Force Life Cycle Management Center (AFLCMC), Rapid Acquisition Cell (PZJ), is currently conducting market research seeking capabilities statement from potential sources, including small businesses (SB), 8(a), HUBZone, Economically Disadvantaged Woman-Owned (EDWOSB), Woman-Owned (WOSB), Service Disabled Veteran Owned (SDVOSB) small business that are capable of providing shipping containers for Standoff Precision Guided Munitions (SOPGMs) that meet specifications. Companies must have an active DD 2345 to be eligible for this work. A signed copy must be submitted to the POCs in this listing in order to receive a copy of the specification. All interested vendors shall submit a response demonstrating their capability to provide these items to the Primary Point of Contact listed below. Proposals are not being requested or accepted at this time. As stipulated in FAR 15.201 (e), responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation (Request for Proposal) exists at this time; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. We are seeking a supplier to provide a munition shipping container. Quantities for this effort are estimated at 2,400 containers for the base year and up to 2,400 units during each of four possible option years for a total of 12,000 units over a five year Indefinite Delivery Indefinite Quantity contract. Monthly deliveries of 200 units will be required four (4) months after receipt of initial order. Subsequent order will be required within 60 days of receipt of order. The containers are needed to meet an immediate operational need and the Government will not accept the risk of procuring a product that does not already meet the attached requirements. The Government will not fund any nonrecurring modification, test, or production start-up cost. Although the amounts listed above are estimated, THIS IN NO WAY GUARANTEES THAT THE GOVERNMENT WILL PURCHASE THAT AMOUNT OF CONTAINERS. The NAICS Code assigned to this acquisition is 336419, Other Guided Missile and Space Vehicle Parts and Auxiliary Equipment Manufacturing, with a size standard of 1000 persons. Respondents should indicate their size in relation to this size standard and indicate socio-economic status (i.e. SB, 8(a), HUBZone, EDWOSB, WOSB, or SDVOSB). Respondents are further requested to indicate their status as a Foreign-owned/Foreign-controlled firm and any contemplated use of foreign national employees on this effort. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent action. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. No set-aside decision has been made. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime contractors must perform at least 50% of the effort, as defined in FAR Clause 52.219-14. Any information submitted by respondents to this sources sought is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any Government assessments. The Government's assessment of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small business, or any particular small business program. CAPABILITIES STATEMENT: All interested vendors shall submit a capabilities statement that explicitly demonstrates their capability to provide/perform the requirement stated in this notice. In addition, identify if you have experience manufacturing weapons shipping containers. The capabilities statement should be brief and concise, yet clearly demonstrate an ability to meet the stated requirement. The response must not exceed 10 single pages, no smaller than 12 point font and double spaced. Small businesses with only partial capabilities of this requirement are encouraged to submit their capabilities statement demonstrating the portion of the requirement they are capable of providing/performing. This information will allow the Government to identify areas of possible breakout or possible subcontracting opportunities. Responses may be submitted electronically to both the following e-mail address: kelli.gibbs.2@us.af.mil and theresa.swift-carr@us.af.mil. All correspondence should be sent via AMRDEC Safe Access File Exchange (https://safe.amrdec.army.mil/SAFE/) and shall contain a subject line that reads "FA8656-19-RAC-000101, Shipping Containers for Standoff Precision Guided Munitions (SOPGMs)." If this subject line is not included, the e-mail may not get through e-mail filters at Eglin AFB. Filters are designed to delete emails without a subject or with a suspicious subject or attachment. Attachments with files ending in .zip or .exe are not allowable and will be deleted. Ensure only .pdf, .doc, .docx, .xsls, or .xis documents are attached to your email. All other attachments may be deleted. All responsible sources may submit information that shall be considered by the agency. If late information is received, it may be considered, depending on agency time constraints. All routine communications regarding the announcement should be directed to the contractual point of contact listed in this posting. The Government may or may not use any responses to this sources sought as a basis for a subsequent project/requirement. Any project/requirement developed from the sources sought responses may be the subject of a subsequent acquisition; any such subsequent acquisition will be posted in FedBizOpps.gov separately. Responses to this sources sought will not be returned. The Government is under no obligation to acknowledge receipt of the information received, or provide feedback to the respondents with respect to any of the information submitted under this sources sought. No requests for a bid package or solicitation will be accepted; a bid package or solicitation does not exist at this time. In order to protect the integrity of any possible future acquisition, no additional information will be provided and no appointments for presentations will be made in reference to this sources sought. Only Government employees will review submitted responses to this sources sought. Respondents are advised that employees of commercial firms under contract with the Government may be used to administratively process submissions and perform other administrative duties requiring access to other contractor's proprietary information. These administrative support contractors include nondisclosure agreements prohibiting their contractor employees from disclosing any information submitted by other contractors or using such information for any purpose other than that for which it was furnished. NOTE: If a business responded to sources sought notice FA8656-18-RAC-0001, "Shipping Containers for Standoff Precision Guided Munitions", a response to this notice is not necessary or required (unless information provided by the business in the original response has changed). The purpose of this notice is for the Government to receive additional responses to the original sources sought, FA8656-18-RAC-0001. RESPONSES ARE DUE NO LATER THAN 4:00 P.M. (CST) ON 11 February 2019. Direct all questions concerning this requirement to both Kelli Gibbs at kelli.gibbs.2@us.af.mil and Theresa Swift-Carr at theresa.swift-carr@us.af.mil.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »