Ohio Bids > Bid Detail

T-38 ESUP-II Request for Information

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 16 - Aircraft Components and Accessories
Opps ID: NBD00159349455346637
Posted Date: Apr 6, 2023
Due Date: May 8, 2023
Solicitation No: AFLCMC_WNUK_RFI20230406
Source: https://sam.gov/opp/9658513fd9...
Follow
T-38 ESUP-II Request for Information
Active
Contract Opportunity
Notice ID
AFLCMC_WNUK_RFI20230406
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AFMC
Sub Command
AIR FORCE LIFE CYCLE MANAGEMENT CENTER
Sub Command 2
AGILE COMBAT SYSTEMS
Office
FA8606 AFLCMC WNUK HUMAN SYSTEMS
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Apr 06, 2023 04:42 pm EDT
  • Original Response Date: May 08, 2023 05:00 am EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 1670 - PARACHUTES; AERIAL PICK UP, DELIVERY, RECOVERY SYSTEMS; AND CARGO TIE DOWN EQUIPMENT
  • NAICS Code:
    • 3252 - Resin, Synthetic Rubber, and Artificial and Synthetic Fibers and Filaments Manufacturing
  • Place of Performance:
    Wright Patterson AFB , OH 45433
    USA
Description

This announcement constitutes a Request for Information (RFI). THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS SYNOPSIS IS NOT A REQUEST FOR QUOTE, PROPOSAL, OR BID. This notice is not a solicitation as defined by FAR 2.101, therefore it shall not be construed as a commitment by the Government to enter into a contract, nor does it restrict the Government to an acquisition approach. The Air Force Life Cycle Management Center (AFLCMC) Human Systems Division (AFLCMC/WNU) is conducting research to determine industry capabilities that are in compliance with 10 U.S.C. 4862 Requirement to buy certain articles from American sources relating to textile components. This announcement is considered Market Research in accordance with FAR 10. The primary purpose of this announcement is to identify potential domestic sources with domestic and non-domestic manufacturing capabilities. This announcement also seeks to determine the availability of domestic and non-domestic components in compliance with 10 U.S.C. 4862 Requirement to buy certain articles from American sources. Domestic sources using domestic components are preferred in accordance with DFARS 252.225-7012. The information for the textile material is provided for informational purposes and will need to be provided as contractor furnished material (CFM) and/or components. AFLCMC/WNU is issuing this RFI solely for information and planning purposes.



The following questions are intended to help us identify and potentially mitigate areas of significant technical challenges and cost/schedule risks. Please respond to the following:





  1. The Government is requesting feedback on the component requirements contained within Attachment – Textile Component Requirement List. The Government would like to understand if industry has the capability or if they have problems meeting the component requirements listed in Attachment – Textile Component Requirement List. Please document any feedback for each of the component requirements. The scope of comments should include the following:







  • The Component requirement capability and determination of 10 U.S.C. 4862 Requirement to buy certain articles from American sources compliance.




  • The availability for each of the component requirements that are in compliance with 10 U.S.C. 4862 Requirement to buy certain articles from American sources.







  1. If a proposed solution is not compliant with 10 U.S.C. 4862 Requirement to buy certain articles from American source, please identify what specifically is not compliant and provide documentation if possible.





All information received in response to this RFI that is properly marked as “proprietary” will be handled accordingly. The Government shall not be liable for or suffer any consequential damages for any proprietary information not properly identified. Any materials submitted in accordance with this RFI which contain information marked as proprietary will be protected as proprietary information.



This is not a request for competitive proposals. Respondents are advised that the Government will not pay for any information or administrative cost incurred in response to this RFI. Any submitted documentation, upon delivery, becomes the property of the Government and will not be returned. All costs associated with responding to this RFI will be solely at the responding party’s expense. Vendor participation is not a promise for future business with the Government. The Government does not intend to award a contract on the basis of this notice.



Submit responses in MS Word or Adobe PDF format by 1700 EST, 8 May 2023, and direct questions or comments regarding this RFI to the Program Manager, Capt Bryan Banfill, at Bryan.Banfill@us.af.mil.



Responses shall include the following information:





  • Company/Institute Name




  • Company Size/Profile







  • Address




  • Point of Contact




  • Cage Code




  • DUNS (or UEI) Number




  • Phone Number







  • E-mail Address




  • Web Page URL







Responses shall also be able to answer the below questions for each component requirement:



1. What is the absolute minimum quantity that would be required to guarantee an order for your company to participate in a procurement?



2. What is your monthly minimum and maximum production capacity?



3. What are your current and maximum production rate per week?



4. What is the minimum monthly production quantity required to be economically producible?



5. What is your available operating capacity at present time?



6. What is the availability of the local labor pool?



7. Provide your Production Lead Time (PLT) for synthetic materials.



Attachment:



Textile Component Requirement List


Attachments/Links
Contact Information
Contracting Office Address
  • CP 937 656 5842 1981 MONAHAN WAY BLDG 12
  • WRIGHT PATTERSON AFB , OH 45433-7205
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Apr 06, 2023 04:42 pm EDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >