Federal Bid

Last Updated on 28 Jan 2019 at 6 PM
Sources Sought
Hill air force base Utah

Fluorescent Penetrant Inspection System

Solicitation ID FA8224-19-R-0031
Posted Date 28 Jan 2019 at 6 PM
Archive Date Not Specified
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Aflcmc / Afsc / Afnwc - Hill Afb
Agency Department Of Defense
Location Hill air force base Utah United states 84056

FLUORESCENT PENETRANT INSPECTION SYSTEM

Notice Type: SOURCES SOUGHT SYNOPSIS

1. NOTICE: This is not a solicitation but rather a Sources Sought (SS) Synopsis to determine potential sources for information and planning purposes only. It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as a proposal nor will any award be made as a result of this SS. The Air Force will NOT be responsible for any costs incurred by interested parties in responding to this SS. Only non-classified information shall be provided in your response. Copies of the submitted information may be reproduced for Government Review.

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 334519 Machinery Manufacturing, which has a corresponding Size standard of 500 employees. The Government will use this information to determine the best acquisition strategy for this procurement. The Government is interested in all small businesses to include 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 small business 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 that will be accomplished by the teaming partners.

1.2 The United Stated Air Force at Ogden Air Logistics Complex (OO-ALC) is seeking capable sources to remove the old Fluorescent Penetrant Inspection System (FPIS) line, and manufacture, install and integrate a new Fluorescent Penetrant Inspection System (FPIS) using Commercial Off-The-Shelf (COTS) components and equipment to the greatest extent possible. Please refer to the draft Purchase Description (PD) and Q&A, and Industry day slides attached for more detailed information regarding this effort. The information in this notice is based on draft documents. The best and most current information in this notice is provided to date and may be subject to change.

1.3 It is anticipated this requirement will be solicited using Simplified Acquisition Procedures in accordance with FAR part 13, which can be found at http://farsite.hill.af.mil/vmfara.htm or https://www.acquisition.gov/?q=browsefar. Any future contracts executed will incorporate provisions and clauses that are in effect through the Federal Acquisition Regulation (FAR), and Department of Defense FAR (DFARS). This is intended to be a total small business set-aside in accordance with FAR 52.219-9. Delivery will be FOB Destination to Hill AFB, Utah. This contract will be issued on a firm fixed price basis. In compliance with DFARS 252.232-7006, Wide Area Workflow Instructions (MAY 2013), the Government will utilize Wide Area Work Flow (WAWF) (https://wawf.eb.mil/) to electronically process vendor requests for payment. Be advised, all vendors must be registered through the WAWF system and the System for Award Management (SAM) at www.sam.gov.

1.4 This sources sought is being issued as an invitation to small business concerns that are interested in becoming a prospective vendor for this effort, and requests that vendors submit the suggested information that is listed in the sources sought below.

2. Program Details and Instructions:

2.1. The Government requests interested parties provide the following information (please limit your response to no more than 2 pages):

a. Company Name and Commercial and Government Entity (CAGE) code.

b. Name, phone number, and email address for point of contact(s).

c. This synopsis is exclusively for Small Business and any Small Business subsets. Large Businesses need not respond. The applicable NAICS code for this acquisition is 334519. Based on this NAICS code what is your size status?
____ Small Business
____ Small Disadvantaged
____ Women‐Owned
____ Veteran‐Owned
____ Service Disabled Veteran Owned
____ Hub‐zone
____ Large Business

d. Are you currently registered in SAM and WAWF?

e. Please see the attached scorecard. As previously discussed at industry day December 12, 2018, the Government intends to post a scorecard to FedBizOps open to all small business vendors. After the Government reviews all of the scores, the top three vendors' scores (identifying the most experience and capabilities to fulfill this requirement) will be selected and given the solicitation. Do you feel that the Government has developed the appropriate questions based on the scorecard attached? If not, please explain your rationale and provide a recommendation.

f. The NAICS Code selected for this potential requirement is 334519, which has a size standard of 500 employees or less. If you disagree that 334519 is the proper NAICS Code, please submit that comment to the requiring activity along with what NAICS Code you believe this should be classified under; however, please do not wait for an amendment to this request, as the due date for the market survey will remain at 12 February 2019 at 1:00 pm MST. This date will not be extended.

g. In the near future, the Government intends to solicit this requirement as a commercial item. Please provide any feedback on proposed commerciality.

h. You are encouraged to provide any documentation to support your business's capability in meeting these requirements. Failure to provide this type of documentation may result in the Government being unable to adequately assess your business's capabilities to deliver the FPIS.

Questions relative to this market survey should be addressed to the contacts provided below. The question must contain a phone number and email address for responses.

i. Please provide all responses to this survey including any questions or comments to the requiring activity via email no later than Tuesday, 12 February 2018 at 1:00 pm MST to the attention of:

Contract Specialist:
Lyndsay Wilson
Email [email protected]
Address: 6038 Aspen Ave. Bldg 1289 Upstairs
Hill AFB, UT. 84056

And

Contracting Officer:
Jesse Ball
Email: [email protected].
Address: 6038 Aspen Ave. Bldg 1289 Upstairs
Hill AFB, UT. 84056


List of Attachments:

Industry Day Slides
Industry Q&A
Draft Scorecard
Draft Purchase Description

 

        

 

Bid Protests Not Available

Similar Past Bids

Tinker air force base Oklahoma 27 Mar 2015 at 6 PM
Hill air force base Utah 20 Jun 2008 at 9 PM
Location Unknown 09 Sep 2011 at 5 PM
Location Unknown 12 Aug 2011 at 5 PM
Hill air force base Utah 06 Mar 2019 at 9 PM

Similar Opportunities

Location Unknown 30 Jul 2025 at 4 AM
Edinburg Texas 04 Aug 2025 at 4 AM
Edinburg Texas 31 Jul 2025 at 4 AM