FLIGHT MOTION SIMULATOR (FMS) SUSTAINMENT, PROCUREMENT, AND DESIGN SUPPORT (SPDS) SERVICES

expired opportunity(Expired)
From: Federal Government(Federal)
FA248723RA008

Basic Details

started - 28 Mar, 2023 (13 months ago)

Start Date

28 Mar, 2023 (13 months ago)
due - 07 Apr, 2023 (12 months ago)

Due Date

07 Apr, 2023 (12 months ago)
Bid Notification

Type

Bid Notification
FA248723RA008

Identifier

FA248723RA008
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (709016)DEPT OF THE AIR FORCE (60450)AFMC (17421)AIR FORCE TEST CENTER (3211)FA2487 AFTC PZZD (EGLIN) (200)
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

SOURCES SOUGHT/REQUEST FOR INFORMATION FOR FLIGHT MOTION SIMULATOR (FMS) SUSTAINMENT, PROCUREMENT, AND DESIGN SUPPORT (SPDS) SERVICESThe Department of Defense, United States Air Force (USAF), Air Force Materiel Command (AFMC), Air Force Test Center (AFTC), is currently conducting market research seeking capabilities statement from all 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 the requirement listed below.DESCRIPTION: The Guided Weapons Evaluation Facility requires procurement of FMS systems, subsystems, hardware, software, development/design, upgrade/modification and sustainment and technical support services for the GWEF-owned flight motion simulators. Full description of the procurement and support is provided in the Draft Performance Work Statement.Since foreign participation is not permitted for this acquisition, a
Draft PWS will be available only to U.S. contractors and will exclusively be available to DoD contractors certified under the Defense Logistic Agencies (DLA)'s Joint Certification Program (JCP). Certification under the JCP establishes the eligibility of a U.S. contractor to technical data governed, in the U.S., by DoD Directive 5230.25. A certification is required by U.S. contractors that wish to obtain access to unclassified technical data disclosing militarily critical technology with military or space application that is under the control of, or in the possession of the U.S. Department of Defense (DoD). Contractors must submit a DD Form 2345 to the U.S. Joint Certification Office, along with a copy of the company's State/Provincial License, Incorporation Certificate, Sales Tax Identification Form or other documentation which verifies the legitimacy of the company. JCP registration information and instructions are available at https://www.dla.mil/HQ/LogisticsOperations/Services/JCP/. Comments on the draft PWS are being sought from interested qualified vendors for the purposes of clarification of the government's requirements. Request interested parties to provide input and supporting documents as to the commerciality of the requirement including previous commercial sales examples and customers. For copies of the Flight Motion Simulator PWS and Government Questionnaire, contact the Contract Specialist identified below with proof of certification. 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. The NAICS Code assigned to this acquisition is 334516, Analytical Laboratory Instrument Manufacturing, with a size standard of 1,000 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. Foreign participation will not be permitted. Participation is to be restricted to U.S. contractors.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. The capabilities statement should be brief and concise, yet clearly demonstrate an ability to meet the stated requirement. Responses should include the company name, CAGE code, point of contact, address, and phone number. Small businesses with only partial capabilities of this requirement are encouraged to submit their response 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. The response must not exceed 50 pages. Responses may be submitted electronically to the following e-mail address: nicholas.griswold.2@us.af.mil. All correspondence sent via email shall contain a subject line that reads “FA248723RA008.” 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 .xls 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 sam.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.RESPONSES ARE DUE NO LATER THAN 11:00 A.M. (CST) ON 31 Mar 2023. Direct all questions concerning this requirement to Nick Griswold at nicholas.griswold.2@us.af.mil NLT 17 Mar 2023 at 3:00 pm Central Time.Attachments:1. Performance Work Statement (PWS) for FMS SPDS Services (Not Attached, See above)2. Government Questionnaire for FMS SPDS Services (Not Attached, See above)

CP 850 882 5261 205 WEST D AVE  BLDG 350 ROOM 415  EGLIN AFB , FL 32542-6886  USALocation

Place Of Performance : CP 850 882 5261 205 WEST D AVE BLDG 350 ROOM 415 EGLIN AFB , FL 32542-6886 USA

Country : United StatesState : Florida

You may also like

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

naicsCode 334516Analytical Laboratory Instrument Manufacturing