Project Information
This Sources Sought Solicitation is being issued in accordance with Federal Acquisition Regulation (FAR) Part 10, Market Research. The purpose of this posting is to gain knowledge of potential sources for this project including interested Small Business Concerns. Its sole purpose is to provide information for planning and market research purposes only and shall not be construed as either a solicitation or obligation on the part of the Government. The Government welcomes responses from all interested parties; however, no decision or award of contract will be made based on responses from industry. The Government will not pay for the preparation of, nor the subsequent use of, information submitted in response to this Solicitation. Respondents will not be notified of the outcome of the Government’s review of the information received. Additionally, the Government does not intend to hold discussions concerning this Solicitation with any interested parties but reserves the right to contact vendors if additional information is required for clarifications as it pertains to the Solicitation.
The 146th Airlift Wing, California Air National Guard may issue a solicitation and award a contract for the project titled, “146 MXG Crash Damage Disabled Aircraft Recovery (CDDAR) System, subject to the availability of funds. Under this requirement, the successful contractor would provide the following:
The CDDAR System includes 2 EA 55-Tonne De-Bogging Kits and 1 EA Roadway Set.
CLIN 0001: 55-Tonne De-Bogging Kit contains: 3 slings, 4 bow shackles, 1 Radiolink load cell with cage and handheld display, and 1 master link. Total length when assembled is 45 meters. Kit is supplied in a wooden transport crate
CLIN 0002: Roadway Set includes: 20 panels measuring 2m x 1m, 20mm thick. Each panel weighs 36kgs and includes a storage rack
The applicable North American Industry Classification System (NAICS) code for this project is 336413, Other Aircraft Parts and Auxiliary Equipment Manufacturing. The Small Business Administration small business size standard for this industry is 1,250 EMPs.
All interested concerns will submit a written notice, not to exceed five (5) pages, stating the concern’s positive intention to submit a proposal as a prime contractor no later than the deadline posted with this notice. Responses to this notice should include the following information:
1. A positive statement of intent to submit a proposal.
2. Verification of SAM.Gov registration to include UEI and CAGE Code. Also include any socio-economic categories.
3. Confirmation of where equipment is manufactured.
In the event that adequate small business firms are not available for adequate competition for this project, it may be advertised as an unrestricted solicitation. Submit responses directly to william.tucker.32@us.af.mil; telephone calls and facsimile responses will not be honored.
Please reference the identification number and project title in the subject of your message. Please limit your responses to standard documents (i.e., Microsoft Office, Adobe PDF, etc.). Do not send compressed (i.e., .zip or .exe extension) or other file types as they will be stripped from your message.