Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 01, 2025 SAM #8557
SOURCES SOUGHT

99 -- Robins EECP Legacy

Notice Date
4/29/2025 11:44:23 AM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
FA8530 AFSC PZIE ROBINS AFB GA 31098-1813 USA
 
ZIP Code
31098-1813
 
Solicitation Number
FA8530_EECP_Legacy
 
Response Due
5/30/2025 1:00:00 PM
 
Archive Date
06/14/2025
 
Point of Contact
Miranda Holland, Tyler Nable
 
E-Mail Address
miranda.holland.3@us.af.mil, tyler.nable@us.af.mil
(miranda.holland.3@us.af.mil, tyler.nable@us.af.mil)
 
Description
SOURCES SOUGHT SYNOPSIS Robins Legacy Essential Engineering Capability Program (EECP) CAUTION: As required by DFARS PGI 206.302-1(d), this market survey is being conducted to identify potential educational, nonprofit institutions, or federally funded research and development centers that may possess the expertise, capabilities, and experience to meet the engineering services requirements for the Robins Legacy EECP at Robins AFB. This is a Sources Sought Synopsis (SSS), for market research purposes only. This request shall not be construed as a commitment by the Government to issue a follow-on effort, nor does it restrict the Government to a particular acquisition approach. This is not a Request for Quotation, a Request for Proposal, an Invitation for Bid, or any other commitment by the Contracting Officer or the US Air Force to contract for the items contained in this SSS. The Government will not reimburse costs incurred while developing a response to this SSS. With regard to industry SSS responses, AFSC/PZIE will not release to any firm, agency, or individual outside the Government, any information marked ""PROPRIETARY"" without written permission from the respondent. Sources responding to this request are placed on notice that participation in this survey does not automatically ensure participation in future solicitations or contract awards. A determination by the Government not to compete a proposed contractual action based upon responses received to this notice is solely within the discretion of the Government. INSTRUCTIONS: Attached is a draft PWS for the Robins Legacy EECP. A contractor capability survey is also attached and will allow you to describe your company�s capabilities. 2. If, after reviewing these documents, you desire to participate in the market research, you should provide documentation that supports your company�s capability in meeting these requirements. Failure to provide documentation may result in the government being unable to adequately assess your capabilities. If you lack sufficient experience in a particular area, please provide details explaining how you would overcome the lack of experience/capabilities in order to perform that portion of the requirement (i.e., teaming, subcontracting, etc.) 3. Both large and small businesses are encouraged to participate in this market research. Joint ventures or teaming arrangements are encouraged. 4. Questions relative to this market survey should be addressed to the AFSC/PZIE contract specialist, Miranda Holland, miranda.holland.3@us.af.mil. SOURCES SOUGHT SYNOPSIS REQUIREMENTS DESCRIPTION Robins Legacy EECP PURPOSE The Government is conducting market research to identify educational or other nonprofit institutions or a federally funded research and development center that possesses the expertise to perform the work listed below at Robins AFB. The organization should possess the capability to perform these supplemental mission essential engineering support capabilities to include the following: C-130 Aircraft Structural Integrity Program (ASIP), Avionics Integrity Program (AVIP), Mechanical Equipment and Subsystem Integrity Program (MECSIP), FSIP, CBM+ Guided Missile Launchers and Suspension Equipment Engineering Service Support B-2 Bomb Release Unit Overhaul/Repair F-15 FMS Reverse Engineering and Prototyping C-130/C-17/F-15 Automated Inspection, Repair, Corrosion, and Aircraft Tracking (AIRCAT) system SOF Sustaining Engineering Services (SES) Personnel Recovery Electronic Warfare Avionics Integration Support Facility engineering support B-52/B-1 Electronic Combat/Defense Avionics System (DAS) Lab Support and engineering services Robins AFB Energy Management System engineering services A complete description of work is provided in the attached draft PWS. The cost plus, no-fee contract will consist of a 12-month basic period of performance with four optional ordering periods. All orders awarded must compete within four years after the close of the last awarded ordering period. EXPERTISE There is a need for the source to have access up to Ph.D. level expertise. This high level of expertise may be necessary in accomplishing highly specialized projects which have a critical impact on the mission of Robins AFB. The source shall display strong and effective capabilities in some of the following areas: structural and materials engineering, electronics systems engineering, software engineering, industrial engineering, and logistics engineering. Furthermore, numerous projects/programs at Robins AFB have the potential to have continuing annual requirements or follow-on project/program requirements. To prevent recurring learning curve costs and project/program disruptions, the organization must have a demonstrated stable engineering workforce and a proven track record of expertise in the focused engineering areas listed above under �PURPOSE�. FACILITIES Close proximity to RAFB is key to ensure the engineering services provided to Robins AFB are accomplished effectively and proficiently. The services provider will be expected to provide daily access to RAFB engineers when required, therefore a research and design facility located in the local Robins AFB area is essential. In addition, a facility's close proximity to Robins AFB provides RAFB engineers integration capability on critical projects. For example, as part of the C-5 ASIP investigations, C-5 personnel require regular technology demonstrations at the source�s facility. The source shall have the capability to dedicate laboratory space and resources to simultaneously support multiple projects/programs at Robins AFB.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/7922ac246604458fa7d2d135535ae2d2/view)
 
Place of Performance
Address: Warner Robins, GA 31098, USA
Zip Code: 31098
Country: USA
 
Record
SN07425489-F 20250501/250429230057 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.