Ohio Bids > Bid Detail

Teal 2 Drone or Equal

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 15 - Aircraft and Airframe Structural Components
Opps ID: NBD00159708263656597
Posted Date: Mar 29, 2024
Due Date: Apr 5, 2024
Solicitation No: FA860124Q0075SS
Source: https://sam.gov/opp/53f5bbf3f7...
Follow
Teal 2 Drone or Equal
Active
Contract Opportunity
Notice ID
FA860124Q0075SS
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AIR FORCE MATERIEL COMMAND
Sub Command
AIR FORCE LIFE CYCLE MANAGEMENT CENTER
Office
FA8601 AFLCMC PZIO
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 29, 2024 11:38 am EDT
  • Original Response Date: Apr 05, 2024 01:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Apr 20, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 1550 - UNMANNED AIRCRAFT
  • NAICS Code:
    • 336411 - Aircraft Manufacturing
  • Place of Performance:
    Wright Patterson AFB , OH 45433
    USA
Description

Notice from the United States Air Force, Air Force Life Cycle Management Center (AFLCMC), Installation Contracting Division, Base Support Contracting Branch at Wright-Patterson Air Force Base (WPAFB), Ohio:



The AFLCMC Operational Contacting Branch, Wright-Patterson AFB, Ohio is seeking capabilities packages of potential sources including Small Businesses (SB). This source sought synopsis is published for market research purposes only, to identify potential sources capable of delivering vibratory sieve shakers with the capabilities described herein for the Air Force 88th Communications Squadron located at Wright Paterson Air Force Base, Ohio (WPAFB).



The Government is seeking capabilities packages from all potential sources, including but not limited to small business (SB), 8(a) participants, HUBZone Small Business, Economically Disadvantaged Women-Owned Small Business (EDWOSB), Women-Owned Small Business (WOSB), and Service-Disabled Veteran-Owned Small Business (SDVOSB). Firms that respond shall review the attached instructions and technical requirements and submit responses that:



1)Specify that offered products meet the specifications provided below; and



2)Provide detailed information to show clear technical compliance.



THIS SOURCES SOUGHT IS FOR MARKET RESEARCH PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSALS/QUOTES.





All interested firms shall submit a response to the Primary Point of Contact, Mr. Therial Alsup , demonstrating their capability to provide vibratory sieve shakers and accessories, stipulated in Federal Acquisition Regulation (FAR) 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. A solicitation for this requirement does not exist, therefore, do not request a copy of the solicitation. The decision to solicit for a contract will be solely within the Government's discretion.



The North American Industry Classification System (NAICS) code assigned to this acquisition is 336411 Aircraft Manufacturing with a small business size standard of 1,500 employees. Firms responding should indicate socio-economic status (8(a) with Graduation Date, SDVOSB, EDWOSB, WOSB, small business, and/or HUBZone). 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 Department of Defense (DoD) contract. A small business set-aside decision has not yet been made.



Respondents should note the potential application of Limitations on Subcontracting (FAR 52.219- 14) and the Non-Manufacturer Rule (FAR 52.219-33) to a future acquisition that may this notice will be broken out between prime contractor and subcontractors and address subcontracting in their response, if applicable/necessary. 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 small business program.



CAPABILITIES PACKAGE:



All interested firms shall submit a capabilities package for the vibratory sieve shakers that explicitly demonstrates their capability to provide the required commodity. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. However, the response must not exceed five (5) pages. Capabilities Packages

submitted in response to this sources sought synopsis must be received at the following e-mail addresses NOT LATER THAN 05 APRIL 2024 AT 1:00 PM EASTERN TIME.



All correspondence sent via email shall contain a subject line that reads: Sources Sought –Tiel 2 Drone or Equal. If this subject line is not included, the email may not get through email filters at WPAFB. Filters are designed to delete emails without a subject or with a suspicious subject or attachments. 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.



Responses shall be submitted via email to the following addresses: therial.alsup@us.af.mil and joaquin.perez@us.af.mil



Please direct all questions concerning this acquisition to Mr. Therial Alsup at therial.alsup@us.af.mill Mr. Joaquin Perez at joaquin.perez@us.af.mil and include the necessary subject line indicated above.



Attachments:

1.SS_Instructions

2. SS_SYNOPSIS



3. SS_TECHNICAL REQUIREMENTS – Teal 2 Drone or Equal


Attachments/Links
Contact Information
Contracting Office Address
  • CP 937 656 5842 1940 ALLBROOK DR BLDG 1 RM 109
  • WRIGHT PATTERSON AFB , OH 45433-5344
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Mar 29, 2024 11:38 am 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 >