SOURCES SOUGHT
15 -- OSA/VIPSAM Contractor Logistics Support - Minimum Capabilities Document
- Notice Date
- 7/7/2009
- Notice Type
- Sources Sought
- NAICS
- 336411
— Aircraft Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218
- ZIP Code
- 45433-7218
- Solicitation Number
- FA8625-09-C-6505-1
- Archive Date
- 8/6/2009
- Point of Contact
- Frederick Kirchner, Phone: 937-656-4040, Benjamin S. Butler, Phone: 937-656-9485
- E-Mail Address
-
Frederick.Kirchner@wpafb.af.mil, Benjamin.Butler@WPAFB.AF.MIL
(Frederick.Kirchner@wpafb.af.mil, Benjamin.Butler@WPAFB.AF.MIL)
- Small Business Set-Aside
- N/A
- Description
- Operational Support Aircraft/Very Important Persons Special Air Mission Contractor Logistics Support Minimum Capabilities Document This is not a request for proposal submission. This is a market research tool to determine the availability and adequacy of potential sources. Sources responding to this announcement should indicate their size, particularly if they are a small business, a woman-owned business, a HUBZone small business, a service-disabled veteran owned business or in the 8 (a) program. The North American Industry Classification System (NAICs) code 336411, Aircraft Manufacturing applies to this acquisition with a size standard of 1500 employees. If you lack sufficient experience in a particular area, please provide details explaining how you would overcome the lack of experience/capability in order to perform that portion of the requirement. Please inform us if your firm intends to perform work as the prime contractor or if you desire to subcontract with a prime contractor. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime contractors must perform at least 50% of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14, Limitations on Subcontracting. This sources sought notice is being conducted to identify potential sources that may possess the capability to provide full sustainment activities including aircraft modifications supporting the OSA/VIPSAM (Operational Support Aircraft/Very Important Persons Special Air Mission) aircraft fleet. The OSA/VIPSAM fleet currently consists of four (4) C-32A, four (4) C-40B and six (6) C-40C aircraft. The OSA/VIPSAM aircraft provide domestic and worldwide VIP transportation. The key performance parameters for this procurement are listed in the attached document "OSA/VIPSAM Sustainment Minimum Capabilities Document". Sources must demonstrate the ability to provide all requirements listed above for the sustainment of the OSA/VIPSAM fleet. This synopsis supersedes the requirement of the previous issued sources sought notice, dated 14 January 2009, relative to the major aircraft modification requirement for the OSA/VIPSAM aircraft. A separate synopsis is being issued to provide for purchase of new OSA/VIPSAM aircraft, which will supersede the purchase requirements of the aforementioned 14 January 2009 synopsis. A Firm-Fixed Price type contract is envisioned for this effort with Time and Materials and/or cost reimbursement line items as deemed appropriate. The Government will not reimburse participants for any expenses associated with their participation in this sources sought. If after reviewing this information you desire to participate by responding to this sources sought, you should provide documentation that supports your company's ability to provide the sustainment capabilities as necessary to maintain mission capability at the lowest price. Failure to provide adequate documentation will adversely affect the Government's assessment of your capabilities. This is intended to be a single award solicitation. This acquisition will utilize commercial practices to the maximum extent possible in accordance with Federal Acquisition Regulation Part 12.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8625-09-C-6505-1/listing.html)
- Record
- SN01867557-W 20090709/090708001217-c9a17caae52a3632d86917e01ce0bdd2 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |