Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:ILIADIFLISS
This is a REQUEST FOR INFORMATION only. No solicitation is being issued at this time. 99 CONS/PKC is seeking commercial sources with the technical expertise to provide an Instrumentation Loading, Inte...
This is a REQUEST FOR INFORMATION only. No solicitation is being issued at this time. 99 CONS/PKC is seeking commercial sources with the technical expertise to provide an Instrumentation Loading, Integration, Analysis and Decommutation (ILIAD) Flight Line Instrumentation Support System (IFLISS). The IFLISS will support the unique mission preparation of multiple platform test activities in accordance with the attached DRAFT Statement of Work (SOW). This proposed contract is being considered as a set-aside under the small business program. The North American Industry Classification Systems (NAICS) Code proposed for the requirement is 333924-Industrial Truck, Tractor, Trailer and Stacker Machinery Manufacturing. The size standard for NAICS 333924 is 750 EMP. The Government is interested in all small businesses including 8(a), Historically Underutilized Business Zone, or Service Disabled Veteran Owned Small Businesses that are interested in performing this requirement. Interested firms are requested to provide the aforementioned information, along with interest and capability statements NLT 12PM (Noon) Pacific Time on 10 May 2019. This Sources Sought Notice is also issued for the purpose of market research in accordance with FAR Part 10. The draft Statement of Work (SOW) is posted with this notice and interested parties are encouraged to submit industry comments and/or suggested changes to the SOW. Respondents are also encouraged to submit information regarding commercial practices that the Government should consider implementing for this acquisition. Industry comments, suggested changes for the SOW, and/or submittal of commercial practices for the Government's consideration (please limit to no more than three pages) are requested to be submitted in writing NLT 12PM (Noon) Pacific Time on 10 May 2019. Additional information regarding this requirement will be posted for viewing on GSA E-Buy. Interested parties are cautioned that the draft SOW posted with this notice is subject to change; the formal version of the SOW will be released with the solicitation on a future date. All potential offerors are reminded that in accordance with Federal Acquisition Regulation (FAR) 52.204-7, System for Award Management (SAM), lack of registration in SAM will make an offeror ineligible for contract award. NOTE: It is the responsibility of all potential offerors to monitor the GSA e-Buy website for release of any future synopses or release of the solicitation. Submissions shall be sent via email to TSgt Monte Clark at monte.clark@us.af.mil and. If emailing your response, please note that due to increased firewall protections some emails may be blocked; therefore, follow-up via telephone (if an acknowledgement is not received back via email) is strongly recommended to ensure receipt of your submission by the Government.