Search Contract Opportunities

GWEF Quad Upconverter Chassis   3

ID: FA2487-22-S-C044 • Type: Sources Sought

Description

Posted: Sept. 12, 2022, 10:51 p.m. EDT

SYNOPSIS: The Department of Defense, United States Air Force (USAF), Air Force Test Center (AFTC), Specialized Contracting Branch (PZIE) at Eglin AFB 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), Small Disadvantaged (SD), Veteran Owned (VO) and Service Disabled Veteran Owned (SDVOSB) small businesses that are capable of the requirement listed below.

DESCRIPTION: The 782 TS/RNWG is seeking sources for development of a first article Upconverter Chassis along with follow-on production of 20 units. The requirements must be met or exceeded for the GWEF Upconverter Chassis (GWEF UPCC) IAW the Statement of Objectives, dated 22 June 2022.

Comments and answers to the questions on the requirements 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. A copy of Attachment 1, Government Questions is available for download. Offerors shall e-mail a copy of their DD2345 to the Contracting Officer if interested in obtaining a copy of Statement of Objectives, dated 22 June 2022 (Attachment 1), and Government Questions, dated 29 June 2022 (Attachment 2). The form, instructions, and FAQs may be found at the United States/Canada Joint Certification Program website, https://www.dla.mil/Logistics-Operations/Services/JCP/.

All interested vendors should submit a response demonstrating their capabilities to meet the requirements to the POC 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.

The NAICS Code assigned to this acquisition is 334419, Other Electronic Component Manufacturing, with a size standard of 750 employees. Respondents should indicate their size in relation to this size standard and indicate socio-economic status (i.e. SB, 8(a), HUBZone, EDWOSB, WOSB, SDB, VOSB 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. Only U.S. owned companies and foreign owned companies with U.S. subsidiaries shall be permitted to participate. 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.

Any information submitted by respondents to this request for information is voluntary. This request for information 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 responses 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 U.S. vendors shall submit a response that explicitly demonstrates their capability to provide/perform the requirement stated in this notice. The response should be brief and concise, yet clearly demonstrate an ability to meet the stated requirement along with answers to the Government's Questionnaire (see Attachment 2). The response must not exceed twenty-five (25) pages, 8.5 x 11 paper, 12 pitch, Times New Roman font, with a minimum of one (1) inch margins all around. 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.

Responses may be submitted electronically to the following e-mail address: craig.oneill@us.af.mil . All correspondence sent via email shall contain a subject line that reads FA2487-22-S-C044, GWEF Upconverter Chassis. 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. Package sizes greater than 5 megabytes shall be submitted via the DoD Safe File Exchange, located at https://safe.apps.mil/.

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 request for information as a basis for a subsequent project/requirement. Any project/requirement developed from the request for information responses may be the subject of a subsequent acquisition; any such subsequent acquisition will be posted in sam.gov separately. Responses to this request for information 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 request for information. 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 request for information.

Only government employees will review submitted responses to this request for information. 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 3:00 P.M. Central Time on 3 August 2022. Direct all questions concerning this requirement to the POC Craig O'Neill, Contracting Officer at craig.oneill@us.af.mil and the POC Logan Deming, Contract Specialist at logan.deming@us.af.mil. Questions are due NLT 3:00 P.M. Central Time on 22 July 2022. Answers to the questions may be requested by e-mailing craig.oneill@us.af.mil (See Attachment 3). If your company is interested in attending an industry day at the Doolittle Institute located at 1140 E John Sims Pkwy #1, Niceville, FL 32578 then please notify the Logan Deming via e-mail logan.deming@us.af.mil. The industry day is anticipated to be held 11 October and 12 October. An agenda is provided for the days (see Attachment 4). Reservation of time slots will be first come, first serve.

Attachments:

  1. Statement of Objectives, dated 22 June 2022
  2. Government Questions, dated 29 June 2022
  3. Q&A for Quad Upconverter Chassis
  4. Industry Day Agenda, 11 October - 12 October
Posted: Sept. 8, 2022, 7:12 p.m. EDT
Posted: July 28, 2022, 5:50 p.m. EDT
Posted: July 11, 2022, 9:24 p.m. EDT

Overview

Response Deadline
Oct. 7, 2022, 4:00 p.m. EDT (original: July 29, 2022, 4:00 p.m. EDT) Past Due
Posted
July 11, 2022, 9:24 p.m. EDT (updated: Sept. 12, 2022, 10:51 p.m. EDT)
Set Aside
None
Place of Performance
Eglin AFB, FL 32542 United States
Source
SAM

Current SBA Size Standard
750 Employees
Pricing
Likely Fixed Price
Odds of Award
33%
On 7/11/22 Air Force Test Center issued Sources Sought FA2487-22-S-C044 for GWEF Quad Upconverter Chassis due 10/7/22. The opportunity was issued full & open with NAICS 334419 and PSC 5963.
Primary Contact
Name
Logan Deming   Profile
Phone
(850) 582-1307

Secondary Contact

Name
Craig L. O'Neill   Profile
Phone
(435) 720-1167

Documents

Posted documents for Sources Sought FA2487-22-S-C044

Opportunity Lifecycle

Procurement notices related to Sources Sought FA2487-22-S-C044

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought FA2487-22-S-C044

Similar Active Opportunities

Open contract opportunities similar to Sources Sought FA2487-22-S-C044

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE AIR FORCE > AFMC > AIR FORCE TEST CENTER > FA2487 AFTC PZIE
FPDS Organization Code
5700-FA2487
Source Organization Code
500020405
Last Updated
Sept. 12, 2022
Last Updated By
craig.oneill@us.af.mil
Archive Date
Sept. 13, 2022