The RFP Database
New business relationships start here

Optical Quick Access Recorder (OQAR), and Predictive Maintenance Replacement System for the C-17A Globemaster III


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

 
The Government is conducting market research to identify, as potential sources, companies that may possess the expertise, capabilities, and experience to competently and competitively respond to requirement "to provide a system/line replaceable unit (LRU) capable of integrating into various C-17 aircraft data buses and records the data from those buses and provide data analysis reports.  The data shall be stored on a removable, solid state hard drive that allows easy removal and reinstallation by the Maintenance crew/contractor.  The benefits from these services or similar type device are to provide a proactive maintenance capability and the ability to diagnose unserviceable conditions to increase the aircraft's mission capable rate.  Additionally, the system/LRU shall have sufficient capacity to record approximately 145 hours of data before overwriting. The system/LRU shall achieve a minimum 94% valid data capture rate (hours of recorded data versus actual flight hours) of all relevant flight data exclusively on the C-17A Globemaster III aircraft".  A draft list of requirements is provided in the attachment (TBD).

 

 

Interested parties are asked to self-identify or express interest to AFLCMC/WLMK no later than thirty (30) days after the posting of this synopsis (13 March 2017).  Both large and small businesses (*Note about small business utilization below) are encouraged to participate in this market research.  Please include any information regarding company's small business status, if applicable.  Additionally, please provide information regarding capabilities (e.g. a brochure or description of capabilities and nature of goods and/or services the company provides). 

 

 

The results of this market research will contribute to determining the method of procurement.  This request for capability information does not constitute a request for proposal.  Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract.

 

 

Companies responding to this sources sought are advised that participation does not ensure involvement in future solicitations or contract awards.  The Government will not reimburse any company or individual for any expenses associated with preparation or participation in the sources sought.  Respondents are solely responsible for all expenses associated with responding to this sources sought.

 

 

*Small Business Utilization:

 

Small Business Utilization Considerations for All Potential Offerors

 

 

Small Business Set-aside Determination

In accordance with (IAW) DFARS 210.001, market research results will be used to determine whether the criteria in FAR Part 19 are met for setting aside the acquisition for small business.

 

 

Firms responding to this announcement should indicate whether they are:

 

 

-Other than small business

-Small business

-Small disadvantaged business (SDB)

-Woman-owned small business (WOSB)

-Economically disadvantaged women-owned small business (EDWOSB)

-8(a)-certified business

-Service-disabled veteran-owned small business (SDVOSB)

-Veteran-owned small business (VOSB)

-Historically Underutilized Business Zone small business (HUBZone)

 

 

The North American Industry Classification System (NAICS) code for this action is 336413, size standard 1,250 employees; please indicate number of employees (or aggregate dollar amount) relative to the indicated size standard.

 

 

The Contracting Officer has not yet made a final NAICS code determination for this acquisition.  Please suggest a code that you feel best represents the preponderance of the work contemplated, and provide rationale for your recommendation.

 

 

If it is determined that a small business set-aside is appropriate, FAR 52.219-14, Limitations on Subcontracting, will apply.  Please provide rationale as to how compliance with these limitations would be achieved, including specific details regarding teaming arrangements, etc.  If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used.

 

 

Please be advised that the rules governing affiliation and ostensible subcontracting apply when determining size under the Limitations of Subcontracting, as does the Non-Manufacturer Rule if a supply NAICS is chosen.  Respondents should consider how the primary tasks identified in this RFI will be broken out between prime and sub-contractors to avoid ostensible subcontracting, and address in their response if necessary.

 

 

Small Business Subcontracting Opportunities

IAW FAR 19.201, it is the policy of the Government to provide maximum practicable opportunities in its acquisitions to small business, including the opportunity to participate as subcontractors.   Please recommend a reasonable expectation for small business subcontracting as a percent of total contract value, as well as supporting rationale for the recommended percentage.

 

 

Small Business Breakout Opportunities

If your company is capable of meeting some, but not all of the requirements stated in this RFI, please provide a response detailing the requirements you are capable of meeting.  This will allow an assessment of whether or not breaking out a portion of the requirement for Small Business is possible and practicable. Any issues regarding Limitations on Subcontracting (including issues of affiliation and ostensibility) should be considered in your response.

 

 

Small Business Evaluation in Source Selection

If market research leads to a decision to competitively award this requirement, IAW DFARS 215.304, the extent of participation of small businesses shall be addressed in source selection.  The Contracting Officer will evaluate the extent to which offerors identify and commit to small business performance of the contract, whether as a joint venture, teaming arrangement, or subcontractor.

 

 

This evaluation factor will be separate from subcontracting plans submitted pursuant to the clause at FAR 52.219-9.

 

 

Information submitted in response to this Small Business Utilization section will be used to inform the Government of Small Business opportunities available in the marketplace, and will lead to an evaluation appropriate to the acquisition.

 

 

Per DFARS PGI 215.304, evaluation criteria may include the extent to which such firms are specifically identified in proposals, the extent of commitment to use such firms, the complexity and variety of the work small firms are to perform, and the realism of the proposal.


stacia pogue, Phone 9372553126, Email stacia.pogue@us.af.mil - Johnetta Moore, Contracting Officer, Phone 9376569405, Email johnetta.moore@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP