The RFP Database
New business relationships start here

AFICA Special Departure Procedure Support


Illinois, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

ATTENTION: This Sources Sought notice has been extended to 4:00PM Central Time on 06 Mar 2015. Vendors who wish to respond should follow the directions outlined below.

SOURCES SOUGHT ANNOUNCEMENT


The 763rd Specialized Contracting Squadron (763 SCONS) is seeking sources to provide Special Departure Procedure (SDP) Support.


CONTRACTING OFFICE ADDRESS:


763d Specialized Contracting Squadron
507 Symington Drive
Scott AFB, IL 62225-5022


INTRODUCTION:


This is a SOURCES SOUGHT to determine the availability and technical capability of large and small businesses (including the following subsets, Small Disadvantaged Businesses, HUBZone Firms; Certified 8(a), Service-Disabled Veteran-Owned Small Businesses and Woman Owned Small Business) to provide the required products and/or services.


DISCLAIMER:


THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL.  IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT.  RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT.  NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT.  ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.


CONTRACT/PROGRAM BACKGROUND:

Contract Number:  FA4452-14-C-0011
Contract Type: Firm-Fixed Priced
Incumbent and their size: Jeppesen Sanderson, Other Than Small Business
Method of previous acquisition: Sole-Source


DESCRIPTION


The 763rd SCONS  is seeking information for potential sources with the capability to develop and provide textual and graphical SDPs for task order defined Mission Design Series (MDS) aircraft for Headquatrers Air Mobility Command (HQ AMC).  Aircraft requiring SDP service include: C-17, C-5A/B, C-5C, C-5M, KC-10A, KC-135R/T, C-130H, C-130HR, C-12C/D, C-21A, C-37A, E-3, and RC-26B.  SDP service includes providing all labor, management, analysis, planning programming, administration, training, review, transportation and incidentals necessary for one-engine inoperative departure data in order to maximize aircraft operational weights while providing safe escape routings for specified MDS aircraft in accordance with the PWS.  Key outputs of SDPs are the SDP routing instructions, graphical route description, Maximum Take Off Weights (MTOWs), speeds and aircraft operating configurations that satisfy required safety margins. The contractor will be required to provide continuous SDP Service support, 24 hours a day, 7 days a week, 365 days a year (24/7/365).


REQUIRED CAPABILITIES:


Capability Information should include a brief description of experience in providing the requirements similar to those described  in the attached Performance Work Statement (PWS) and should include:

•(A)    Examples of your company's experience in developing and providing textual and graphical aircraft SDPs.

•(B)   Examples of your company's experience relating to the development of SDP routing instructions, graphical route descriptions, and MTOWs, speeds and aircraft operating configurations.

•(C)   If your business is classified as a small business, provide a brief statement of how your organization can provide a minimum of 50 percent of the work. Responses must demonstrate the company's ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14). 

The capability package must be clear, concise, and complete.  The Air Force is under no obligation to provide feedback to the company, or to contact the company for clarification of any information submitted in response to this request.  Capability packages should be limited to no more than 20 pages.


NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM  (NAICS) CODE:


The anticipated North American Industry Classification System Code (NAICS) for this requirement is 541360 Geophysical Surveying and Mapping Services, with the corresponding size standard of $15 million in average annual receipts.


OTHER INFORMATION





To assist 763 SCONS in making a determination regarding the level of participation by small business in any subsequent procurement that may result from this Sources Sought, you are encouraged to provide information regarding your plans to use joint venturing (JV) or partnering to meet each of the requirements areas contained herein.  This includes responses from qualified and capable Small Businesses, Small Disadvantaged Businesses, Service Disabled-Veteran Owned Small Businesses, Women-owned Small Businesses, HUBZone Small Businesses, and 8(a) companies. You should provide information on how you would envision your company's areas of expertise and those of any proposed JV/partner would be combined to meet the specific requirements contained in this announcement.

In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications. 


SUBMISSION DETAILS:

Responses should include:

•1)      Business name and address;

•2)      Name of company representative and their business title;

•3)      Business Size and Type of Small Business (if applicable);

•4)      Cage Code;

•5)      DUNS Number;

•6)      Contract vehicles that would be available to the Government for the procurement of the product and service, to include ENCORE II, General Service Administration (GSA), GSA MOBIS, NIH, NASA SEWP, Federal Supply Schedules (FSS), or any other Government Agency contract vehicle.  (This information is for market research only and does not preclude your company from responding to this notice.)

•7)      Interested businesses should submit a brief capabilities statement package (at a minimum please see "REQUIRED CAPABILITIES" paragraph above" demonstrating ability to perform the services listed in the attached PWS.

Vendors who wish to respond to this should send responses via email no later than 4:00 PM Central Time on 06 Mar 2015 to richard.hill.14@us.af.mil.


Proprietary information and trade secrets, if any, must be clearly marked on all materials.  All information received that is marked Proprietary will be handled accordingly.  Please be advised that all submissions become Government property and will not be returned.  All government and contractor personal reviewing sources sought responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423.  The Government shall not be held liable for any damages incurred if proprietary information is not properly identified.


Richard P. Hill, Contract Specialist, Phone 6182290049, Email richard.hill.14@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP