SOURCES SOUGHT
A -- AFRL Small Business Research Innovation Research (SBIR) Commercialization Pilot Program (CPP)
- Notice Date
- 2/17/2010
- Notice Type
- Sources Sought
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- ASC/PKEBldg. 16, Rm. 128 2275 D Street Wright-Patterson AFB, OH
- ZIP Code
- 00000
- Solicitation Number
- FA8604-10-R-7457
- Response Due
- 3/9/2010
- Archive Date
- 4/9/2010
- Point of Contact
- Travis McCullough, 937-656-7475
- E-Mail Address
-
travis.mccullough@wpafb.af.mil;
(travis.mccullough@wpafb.af.mil;)
- Small Business Set-Aside
- N/A
- Description
- This is a sources sought synopsis; there is no solicitation available at this time. Requests for solicitation will receive no response. This Sources Sought Synopsis is published for market research purposes only. This market survey is conducted to identify potential sources capable of meeting the requirements for providing Small Business Innovation Research (SBIR) Technology Transition Support to the Air Force Research Laboratory (AFRL). A proposed draft Performance Work Statement and AFRL/SBIR Technology Transition Support Capability Package are attached to provide respondents a better understanding of the needs of the Air Force Research Laboratory and the respondent's potential ability to meet the Government's requir! ements. The SBIR Technology Transition Support includes, but is not limited to, Customer Support, Planning and technical support to the AF SBIR Program Office to facilitate transition of SBIR products into use by AF acquisition programs. The support will require strong aerospace engineering expertise, business acumen, clarity in communicating technical information, and excellent technical writing /editing skills. The contractor will be within short commuting distance of each of the four AF Product Centers (LA Air Force Base, Wright-Patterson Air Force Base, Hanscom Air Force Base, and Eglin Air Force Base) and include an additional transition agent to support the three Air Logistics Centers. The following provide additional details. This effort will require a current Secret Facility Clearance. The Air Force anticipates a one year contract with four one year options. All respondents are required to currently hold a vehicle on the GSA FSS Schedule 871 Professional Engineering Services (PES) (871-1 through -6). All respondents are required to certify they currently meet the small business requirements under the North American Industry Classification System (NAICS) code 541712, Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology), 500 employees, as of the date of their proposal submittal. This requirement is an anticipated set aside for those contractors that meet the small business NAICS 541712 certification requirement on the date of contract award, not when they last renewed their GSA contract. All interested parties shall submit a capabilities package which explicitly demonstrates capabilities and expertise related to this effort. Foreign contractor participation at the prime level is not permitted. The capabilities package requirements are to be presented in accordance with the attachments entitled "Capabilities package." Your package should demonstrate capabilities, expertise and past performance relevant to the requirements cited above. Your Capabilities Package should not exceed 15 pages and should include the following: Company Name; Address; Point of Contact; Telephone number; E-Mail Address; CAGE Code; Web Page URL; Certification of small business status; GSA Schedule 70 contract number and expiration. Please submit one (1) hardcopy of your response to ASC/PKEIS, Attn: Travis McCullough, 2275 D. St, Bldg. 16, Rm. 128, Wright-Patterson AFB, OH 45433 (937) 656-7475, and one (1) PDF formatted copy via email to Travis.McCullough@wpafb.af.mil. Packages s! hould be submitted no later than 5:00pm, EST, March 9, 2010. No facsimile responses will be accepted. The Government will neither award a contract solely on the basis of this synopsis nor will it reimburse the contractor for any costs associated with preparing or submitting a response to this notice. This synopsis does not constitute a Request for Quotation, Request for Proposal (RFP) or an Invitation for Bid (IFB), nor does this issuance restrict the Government's acquisition approach. The Government reserves the right to reject in whole or part any industry input as a result of this announcement. The Government recognizes that proprietary data may be a part of this effort. If so, clearly mark such restricted or proprietary data and present it as an addendum to the non-restricted/non-proprietary information. If the Government decides to award a contract for this or related effort, a solicitation will be published and posted on the PIXS website. If you have any questions, you may contact Travis McCullough at Travis.McCullough@wpafb.af.mil. See attached:1. Capabilities Package2. Draft PWS For more information on "AFRL Small Business Research Innovation Research (SBIR) Commercialization Pilot Program (CPP)", please refer to:https://pixs.wpafb.af.mil/pixs_solicitation.asp?id=6435
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8604-10-R-7457/listing.html)
- Record
- SN02067316-W 20100219/100217235052-6a6cbcc1cddf131627c81aa667a8c24d (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |