The RFP Database
New business relationships start here

Motional Transducer


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

   
Motional Transducer Sources Sought Synopsis


1. NOTICE: This is not a solicitation but rather a Sources Sought Synopsis to determine potential sources for information and planning purposes only. Submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. 

1.1 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 334419 which has a corresponding size standard of 750 employees. The Government will use this information to determine the best acquisition strategy for this procurement.

The Government is interested in all business sizes including small businesses; such as 8(a), Service-Disabled Veteran Owned, Hubzone, and Women-Owned small business concerns. The government requests that interested parties respond to this notice if applicable and identify your business size status to the identified NAICS code. Additionally, please provide any anticipated teaming arrangements, along with a description of similar services offered to the Government and to commercial customers for the past three years.

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.


 


2. Program Details:


 


The 414th Supply Chain Management Squadron (SCMS) is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the design and first article testing of a Motional Transducer, Part Number 344201.  Requirements for the Transducer are described in the drawing (344201) and test specification (21-59722, paragraph 6.15) included with this synopsis.  Note that the Air Force drawing for the Transducer contains technical data whose export is restricted by the Arms Export Control Act (Title 22, U.S.C. 2751 et seq.) or the Export Administration Act of 1979, as amended, Title 50, U.S.C., App. 2401 et seq.  Violation of these export control laws is subject to severe criminal penalties. The result of this market research will contribute to determining the method of procurement.


If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements; and 3) Technical approach to meeting the detailed qualification requirements described in the Transducer drawing and test specification; and 4) Rough Order of Magnitude (ROM) price estimate to accomplish the tasks described in the Statement of Work (SOW).  The ROM provided to the government must be itemized as follows:  (1) Analysis/Feasibility Study, (2) Prototype Fabrication, (3) Technical Data, (4) Testing, (5) Develop/Design Prototype, (6) Engineering Support  


The government will evaluate market information to ascertain potential market capacity to 1) provide Transducer design, prototyping and first article test; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; and 3) implement a successful project management plan which includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation.


BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR DISADVANTAGED SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION, and multiple awards MAY be made. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.


Submission Instructions: Interested parties who consider themselves competent to perform the above-listed qualification and/or production are invited to submit a response to this Sources Sought Notice by 30 April 2017.  All responses to this Sources Sought Notice must be emailed to Mr. Jason Neering, Contracting Specialist, jason.neering@us.af.mil.


If you have technical questions concerning this opportunity please contact: Ben Harris, 414 SCMS/GUEA, benjamin.harris.15@us.af.mil


Attachments: four (4)


1) TRANSDUCER-SOW.doc


2) 344201-1.pdf


3) 344201-2.pdf


4) 21-59722-excerpt.pdf


Jason T. Neering, Contracting Specialist, Phone 8017779296, Email jason.neering@us.af.mil - Ashton R. Jones, Contracting Officer, Phone 8017756966, Email ashton.jones.1@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP