The RFP Database
New business relationships start here

Telemetry & Dual Band Antennas


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

 

The Department of Defense, United States Air Force (USAF), Air Force Materiel Command (AFMC), Air Force Test Center (AFTC) at Eglin AFB is currently conducting market research seeking capabilities statement from all potential, capable sources, including Small Businesses (SB), 8(a), HUBZone, Economically Disadvantaged Woman-Owned (EDWOSB), Woman-Owned (WOSB), and Service Disabled Veteran Owned (SDVOSB) small businesses. This announcement is issued for the purpose of market research in accordance with (IAW) Federal Acquisition Regulation (FAR) Part 10; it is for planning purposes only and is not a Request for Proposal (RFP) or an obligation on the part of the Government to acquire any products or services. 

This Sources Sought request is conducted to identify potential sources capable of meeting the requirements for Telemetry Wraparound Antennas and Dual-Band Wraparound Antenna Equipment in accordance with (IAW) the draft Technical Requirements Document (TRD).  The draft TRD is strictly for acquisition planning purposes and should not be considered a final document for future procurement actions.  Interested vendors who believe they can meet these requirements may provide a statement of capabilities addressing the specific criteria and should provide sufficient written information to indicate their capacity and capability to provide various configurations identified IAW the comprehensive draft TRD.

The TRD for each antenna is exclusively available to DoD contractors certified under the Defense Logistic Agencies (DLA) Joint Certification Program (JCP). Certification under the JCP establishes the eligibility of a contractor to technical data governed, in the U.S., by DoD Directive 5230.25. Please submit your company CAGE code to establish your eligibility via email to bradley.grimm.1@us.af.mil. ;

All interested vendors may submit a response demonstrating their capability to provide these items/perform this effort to the Primary Point of Contact listed below, in accordance with described submission requirements.  Proposals are not being requested or accepted at this time. As stipulated in FAR 15.201(e), responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation (Request for Proposal) exists at this time; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion.

Any information submitted by respondents to this sources sought is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any government assessments. The Government's assessment of the responses received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small business, or any particular small business program.

CAPABILITIES STATEMENT: Your response should explicitly demonstrate your capability to provide/perform the requirement stated in this notice. The response should be brief and concise, yet clearly demonstrate an ability to meet the stated requirement. The response must not exceed eight (8) pages, 8.5" x 11" paper, 12 pitch, Times New Roman font, with a minimum of 1-inch margins all around. Responses should include the following information:

 

1.  Offeror's name, CAGE code, point of contact, address, email address and phone number

2. Offeror's interest in bidding on the solicitation, if and when it is issued

3. Offeror's capability to meet requirements, demonstrating current or potential means of attaining all requirements as specified in the draft TRD

4. Also, please respond to the questions below:

 

a. Is all the equipment sold to the general public? Are there other agencies or individuals who use these products?

b. If so, who utilizes these products    external to the government?

c. Is the communication system typically sold together for similar requirements?

d. Are there other organizations that make similar products or are there other organizations that receive similar products from your organization?


The North American Industry Classification System (NAICS) Code assigned to this acquisition is 334220, Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing, with a size standard of 1,250 employees. Respondents are further requested to indicate their status in relation to this size standard and indicate socio-economic status (i.e. SB, 8(a), HUBZone, EDWOSB, WOSB, or SDVOSB). Respondents are further requested to indicate their status as a Foreign-owned/Foreign-controlled firm and/or any contemplated use of foreign national employees on this effort. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent action. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. No set-aside decision has been made. 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 FAR Clause 52.219-14.

Small businesses with only partial capabilities of this requirement are encouraged to submit their response demonstrating the portion of the requirement they are capable of providing/performing. This information will allow the Government to identify areas of possible breakout or possible subcontracting opportunities.

Responses may be submitted electronically to the following e-mail address: bradley.grimm.1@us.af.mil. All correspondence sent via email shall contain a subject line that reads "FA2487-19-R-0009, Telemetry and Dual-Band Wraparound Antennas." If this subject line is not included, the e-mail may not get through e-mail filters at Eglin AFB. Filters are designed to delete emails without a subject or with a suspicious subject or attachment. Attachments with files ending in .zip or .exe are not allowable and will be deleted. Ensure only .pdf, .doc, .docx, .xsls, or .xls documents are attached to your email. All other attachments may be deleted. Package sizes greater than 5 megabytes must be submitted via the DoD SAFE website:


https://safe.apps.mil/. You must notify the government point of contact, Bradley Grimm, to receive a drop-off invitation at DoD SAFE.

All responsible sources may submit information that shall be considered by the agency. If late information is received, it may be considered, depending on agency time constraints. All routine communications regarding the announcement should be directed to the contractual point of contact listed in this posting. The Government may or may not use any responses to this sources sought as a basis for a subsequent project/requirement. Any project/requirement developed from the sources sought responses may be the subject of a subsequent acquisition; any such subsequent acquisition will be posted in FedBizOpps.gov separately. Responses to this sources sought will not be returned. The Government is under no obligation to acknowledge receipt of the information received, or provide feedback to the respondents with respect to any of the information submitted under this sources sought. No requests for a bid package or solicitation will be accepted; a bid package or solicitation does not exist at this time. In order to protect the integrity of any possible future acquisition, no additional information will be provided and no appointments for presentations will be made in reference to this sources sought.

Only government employees will review submitted responses to this sources sought. Respondents are advised that employees of commercial firms under contract with the Government may be used to administratively process submissions and perform other administrative duties requiring access to other contractor's proprietary information. These administrative support contractors include nondisclosure agreements prohibiting their contractor employees from disclosing any information submitted by other contractors or using such information for any purpose other than that for which it was furnished.

RESPONSES ARE DUE NO LATER THAN 3:00 P.M. (CST) ON 20 Sep 2019. Direct all questions concerning this requirement to the POC Bradley J. Grimm, Contract Specialist at bradley.grimm.1@us.af.mil and Erik Urban, Contracting Officer at erik.urban@us.af.mil.


Bradley J. Grimm, Contract Specialist, Phone 850-883-3313, Email bradley.grimm.1@us.af.mil - Erik J. Urban, Contracting Officer, Phone 850-882-5261, Email erik.urban@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP