Closed Solicitation · DEPT OF DEFENSE

    SOURCES SOUGHT NVIS BEZEL

    Sol. FA8232-24-R-8260Sources SoughtHILL AFB, UT
    Closed
    STATUS
    Closed
    closed Aug 23, 2024
    POSTED
    Jul 24, 2024
    Publication date
    NAICS CODE
    336413
    Primary industry classification
    PSC CODE
    H116
    Product & service classification

    AI Summary

    The Department of the Air Force has issued a "Sources Sought Synopsis" for NVIS Bezels. This is not a solicitation but a notice to identify potential sources for planning purposes. The government does not intend to award a contract based on this notice. Interested parties should respond to this notice to provide information for market research.

    Contract details

    Solicitation No.
    FA8232-24-R-8260
    Notice Type
    Sources Sought
    Posted Date
    July 24, 2024
    Response Deadline
    August 23, 2024
    NAICS Code
    336413AI guide
    PSC / Class Code
    H116
    Contract Code
    5700
    Issuing Office
    FA8232 AFLCMC WWMK
    Primary Contact
    Ian Morris, PCO
    State
    UT
    ZIP Code
    84056-5820

    Description

    Sources Sought Synopsis - NVIS Bezel Notice Type: Sources Sought Synopsis NOTICE: This is not a solicitation but rather a Sources Sought Synopsis (SSS) to determine potential sources for information and planning purposes only.  The Government does not intend to award a contract based on this notice or to otherwise pay for the information solicited. The purpose of this Sources Sought is to conduct market research to determine if responsible sources exist, to assist in determining if this effort can be competitive and/or a total Small Business Set-Aside.  The proposed North American Industry Classification Systems (NAICS) Code is 336413, Other Aircraft Parts and Auxiliary Equipment Manufacturing. The corresponding SBA Size Standard is 1,250 employees. The United States Government (USG) will use this information to determine the best acquisition strategy for this procurement. The USG is interested in all small businesses to include 8(a), Service-Disabled Veteran Owned, Hub-Zone, and Women-Owned small business concerns. The USG requests that interested parties respond to this notice if applicable and identify your small business status, if any, to the identified NAICS code. Additionally, please provide any anticipated teaming arrangements. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. 1. Program Details: The following information is provided to identify potential contractors who have the skills, experience, and knowledge required to successfully provide the described capability. AFLCMC/WAM F-16 System Program Office, Foreign Military Sales (FMS) Section, Hill AFB, UT is seeking information about potential sources interested and capable of providing the below assets: Part Number/NSN: NVIS Bezel PN 600515-001 (LM Spec 16VF064-1) NSL: No stock listing Approximately 28 quantity of asset is anticipated to be purchased. Program Requirements Procurement or manufacture of approximately:       NVIS Bezel PN: 600515-001 Shipment or preparation of assets for shipment OCONUS. Shipment of assets will include shipment OCONUS to FMS Partner Nations or the Handling and Preparation of the assets for shipment OCONUS. This includes all appropriate documentation for customs inspections. 2.  Questions for contractors Provide your suggested NAICS code. Are you anticipating your company to be a prime contractor or a subcontractor? Are you anticipating a teaming arrangement? Any responses on teaming agreements should delineate between the expected work accomplished by the prime and work accomplished by the teaming partners. What is the anticipated lead time to the shipment of assets? Please describe capabilities and experience in shipping OCONUS as well as familiarity with customs requirements. Will the asset be produced by your firm, or will you be purchasing it from another firm? If purchased, provide that firm’s name and cage code. Expected delivery frequency (number per month). Surge capabilities (if available). Does your company have any agreements or relationship with Crane Aerospace to obtain these assets? If so, please provide a copy of the agreement or relationship. This system is proprietary to Crane Aerospace. Is your company capable of procuring these assets from Crane Aerospace? 3. Transmittal Letter and Capability: A transmittal letter shall include: Name and address of the company. Cage Code List all NAICS codes your firm is registered under. List all company’s business size status. List all in accordance with the terms and conditions of the Small Business Administration your firm is certified:                 _____8 (a) certified small, disadvantaged business.                 _____Certified service-disabled veteran-owned small business                 _____Veteran-owned small business                 _____Certified HUB-Zone small business                 _____Small disadvantaged business                 _____Woman owned small business.                _____Economically disadvantaged woman-owned small business                _____Minority                _____Native American tribal firm                _____Alaskan native corporate                _____Native Hawaiian owned small business                _____Small business  A point-of-contact to include phone number and e-mail address. Based on the scope, our firm would be interested in proposing on this project as a:                _____Sole contractor                _____Prime contractor (if small business) performing at least 50% of the work with subcontractor(s).                _____Prime contractor (if small business) performing at least 50% of the work with the following team member subcontractor(s) (insert business name, business size, cage code, and work which will be subcontracted), or               _____Joint venture with (insert business name, business size, and cage code).  (See FAR subpart 9.6 for government policy on teaming arrangements, as well as 8(a) Program regulations described in 13 CFR 124.513, HUB-Zone Program described in 13 CFR 126.616, and Service-Disabled Veteran-Owned Program regulations described in FAR 19.1403(c) and 13 CFR 125.15(b).).             ____Other teaming agreement (please explain). Answers to the questions listed in the Questions for contractors section. This SSS is for planning purposes only and is not to be construed as a commitment to the USG to pay for the information submitted in response to this request.  Respondents will not be notified of the results of the market analysis and debriefings will not be available. It is the reader’s responsibility to monitor the SAM.GOV website for any resultant or future solicitation package(s). 4. Response information: Do you have any other comments or suggestions that you would like to share with us?  Please e-mail responses to the Contracting Office no later than 30 July 2024 (contact information below). Responses must include in subject line “Source Sought Synopsis: BCSR” This SSS is to be used in planning a future acquisition, please do not send any proposals. Request for proposals, if any when issued, will be available via the internet at www.SAM.gov. As such, it is the potential offeror’s responsibility to monitor these sites for the release of any additional information. All responses should be submitted electronically. Only electronic responses will be accepted. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. DISCLAIMER: THIS ANNOUNCEMENT IS NOT A NOTICE OF SOLICITATION ISSUANCE. THIS IS A SOURCES SOUGHT SYNOPSIS FOR PLANNING PURPOSES ONLY. This is a SSS only:  This SSS is issued solely for information and planning purposes – it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This SSS does not commit the USG to contract for any supply or service whatsoever. This is a source sought only, which, as part of market research, is being issued in accordance with (IAW) Federal Acquisition Regulation (FAR) subpart 15.201. The Air Force is not, at this time, seeking proposals and will not accept unsolicited proposals. Respondents are advised that the USG will not pay for any information or administrative costs incurred in responding to this SSS. All costs for any information associated with responding to this SSS will be solely at the expense of the interested party.  Contracting Office Address: 6072 Fir Ave., Bldg. 1233 Hill AFB, Utah 84056-8538 United States Place of Performance: Contractor facilities United States Primary Point of Contact: Ian Morris  at ian.morris.5@us.af.mil Zori Mattison at  zori.mattison@us.af.mil  Program Manager: Robert Zazone at robert.zazone@us.af.mil Mary E. Carver at mary.carver@us.af.mil

    Key dates

    1. July 24, 2024Posted Date
    2. August 23, 2024Proposals / Responses Due

    Frequently asked questions

    SOURCES SOUGHT NVIS BEZEL is a federal acquisition solicitation issued by DEPT OF DEFENSE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.