Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 27, 2010 FBO #3137
SOURCES SOUGHT

B -- CAEE STUDY TO DEVELOP COURSE OF ACTION FOR UNITED STATES FORCES JAPAN

Notice Date
6/25/2010
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 374 CONS - Yokota, Unit 5228, Yokota AB, APO Japan, 96328-5228
 
ZIP Code
96328-5228
 
Solicitation Number
FA5209-CASE-STUDY
 
Archive Date
7/26/2010
 
Point of Contact
Ketah L. Watson, Phone: 81-42-551-6120, Candida R.Keller, Phone: 81-42-551-5426
 
E-Mail Address
ketah.watson@yokota.af.mil, candida.keller@yokota.af.mil
(ketah.watson@yokota.af.mil, candida.keller@yokota.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This sources sought notice is to survey the market for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the Government. The purpose of this Market Survey is to identify technically qualified businesses that can perform a case study in order to develop 3 Course of Actions (COAs), for the continuity of operations (COOP) of United States Forces Japan (USFJ), following the loss of USFJ's primary operation facilitates at Yokota AB, Japan. Interested parties shall submit capabilities to show that they are technically qualified to provide the following: 1) access to classified information up to and including Top Secret-Special Compartmentalized Information 2) review and understanding of USFJ's mission essential tasks for both peacetime and wartime 3) review and understanding of USFJ's command, control, communication, computers, and intelligence (C4I) networks and requirements 4) probable travel and visitation of sites, civilian and military, throughout Japan and the PACOM North East Asia Area. 5) for each separate COA, identification of the location(s) from which USFJ personnel will carry out their assigned mission essential tasks 6) for each separate COA, identification of the communication pathways (type and routing, including location of hardware and additionally required software) required to meet the communication restoration time-lines as delineated in the USFJ Emergency Action Procedures Volume II manual 7) for each separate COA, identification of the estimated cost required to execute that COA, including the cost of the COOP execution itself (i.e. cost to prepare required facilities, cost required upon execution of the COOP) 8) for each separate COA, recommended method of transference of personnel and estimated cost of such transportation 9) for each separate COA, a breakdown of anticipated tasks and estimated costs for continued upkeep of COOP capability, 10) for each separate COA, an estimation of the time it would take to have it ready as an option for USFJ COOP 11) for each separate COA, a list of Pros and Cons in relation to the other COAs 12) providing an outline of the process used in developing the COAs 13) providing a list of any assumptions made in the development of the COAs 14) compliance with USFJ, USPACOM and USG information assurance regulations for use of secure facilities and networks 15) compliance with PACOM Theater Entry Requirements. As a result, this information will be used to survey the market. Initial submissions are required COB, 7/11/2010. Interested organizations should respond by providing the Government the following information; point of contact, address, telephone and fax numbers, email address, duns number, cage code and or tax ID number. Also, provide a brief summary along with any supporting information such as commercial literature, and or manuals outlining your capabilities. At the current time, NO FUNDING IS AVAILABLE for contractual efforts. This sources sought synopsis does not constitute an Invitation for Bids (IFB), a Request for Quote (RFQ), or a Request for Proposal (RFP) and it should not be construed as a commitment of any kind by the Government to issue a formal solicitation or ultimately award a contract. The U.S. Government is in no way liable to pay for or reimburse any companies or will NOT be reimbursed. All information marked as proprietary information will be safeguarded to prevent disclosures to non-government personnel and entities. Your interest in this request is appreciated. Interested vendors should provide information regarding this announcement to: MSgt Ketah Watson, Tel: 011-81-42-552-5434 or e-mail at ketah.watson@yokota.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/374CONS/FA5209-CASE-STUDY/listing.html)
 
Place of Performance
Address: YOKOTA AB JAPAN, APO, Non-U.S., 96326, Japan
 
Record
SN02189442-W 20100627/100625235653-4e05654220eef734d35f4f15928ad8c4 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.