SOURCES SOUGHT
16 -- E-4B Program Sustainment Technical Support - E-4B Program Sustainment Technical Support PWS
- Notice Date
- 5/14/2012
- Notice Type
- Sources Sought
- NAICS
- 488190
— Other Support Activities for Air Transportation
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, Tinker OC-ALC - (Central Contracting), 3001 Staff Drive, Ste 1AG76A, Tinker AFB, Oklahoma, 73145-3015
- ZIP Code
- 73145-3015
- Solicitation Number
- FA8106-12-R-0005
- Point of Contact
- michael s. moore, Phone: 4057394451
- E-Mail Address
-
michael.moore@tinker.af.mil
(michael.moore@tinker.af.mil)
- Small Business Set-Aside
- N/A
- Description
- E-4B Program Sustainment Technical Support Performance Work Statement E-4B Program Sustainment Technical Support Sources Sought Synopsis This is a SOURCES SOUGHT SYNOPSIS. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. This Sources Sought Synopsis is in support of market research being conducted by the Air Force to identify capable potential sources. The United States Air Force, through the Oklahoma City Air Logistics Center (OC-ALC) is conducting market research to identify potential business sources interested in providing E-4B Program Sustainment Technical Support services. The E-4B is a fleet of 4 highly modified Boeing 747-200s. Due to the small fleet size, aircraft availability is of primary importance to the E-4B community and should be thoroughly considered by prospective offerors. The E-4B serves as the National Airborne Operations Center (NAOC) for the National Command Authorities (NCA) and provides a worldwide-deployable, enduring node of the National Military Command System (NMCS) to fulfill national security requirements throughout the full spectrum of conflict. It is a modern, highly survivable, command, control and communications center to direct U.S. forces, execute emergency war orders and coordinate civil authorities' activities, including national contingency plans. The E-4B Program Sustainment Technical Support is comprised of Software Sustainment, Mission Support Facility (MSF) and System Integration Laboratory (SIL) sustainment, operations, and software support, mission systems engineering support, mission systems Field Service Representative (FSR) support, and program scheduling and planning support. Qualified contractors and/or subcontractors must have the capability to modify specific existing mission system applications. The Contractor must possess or acquire the source code for existing mission system applications. Existing mission system applications include: secure voice and data transmission software, cryptographic control software, software in support of critical NC2 functions. The Contractor must have a minimum of 5 years related software experience with the E-4B. The Contractor must have experience with sustainment of software applications developed using Ada. Contractors must have access to suitable facilities, tools, equipment, and personnel to provide E-4B services identified in the attached PWS. For purposes of market research, the Government is seeking to understand the capability and capacity of all interested firms. The following questions apply to an acquisition strategy in which a set-aside could potentially be awarded to a small business the requirement described above. 1. As a small or large business, do you believe conditions exist for a set-aside in accordance with FAR 19.502-3(a) for the requirement described above and in the attached Performance Work Statement (PWS)? If yes, please indicate what you believe to be the most appropriate NAICS code for the requirement. 2. Are you most interested in performing as a prime contractor or subcontractor for the requirement described above and in the attached PWS, and indicate whether you would qualify as a small or large business under the NAICS code you believe is most appropriate? 3. If you are a small business, are you capable of performing at least 50% of the work, in order to comply with FAR Clause 52.219-14, specifically 52.219-14(c)(1), "At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern." 4. If you are a small business interested in performing the requirement as a set- aside, provide a brief summary of your company's experience and past performance within the past three years as a prime contractor as it relates to the magnitude of this anticipated requirement. 5. Do you anticipate needing contract financing? If yes, please explain. 6. Do you have any other thoughts or suggestions on ways to increase small business participation in this requirement? Responses must include the following: name and address of firm, capabilities related to the task areas above, size of business; average annual revenue for past 3 years and number of employees; ownership; whether they are large, small, small disadvantaged, 8(a), HUBZone, and/or woman-owned; number of years in business; affiliate information: parent company, joint venture partners; intent to participate in the upcoming acquisition as a prime offeror; list of customers covering the past five years (highlight relevant work performed, contract numbers, contract type, dollar value of each procurement; and point of contact - address and phone number). The page limitation for this submission is ten (10) pages. Any information submitted by respondents to this synopsis is strictly voluntary. The Government will not reimburse the respondents for any costs associated with their responses. This synopsis does not constitute a Request for Proposals (RFP), or an Invitation for Bids (IFB), nor does its issuance restrict the Government as to its ultimate acquisition approach. The Government will neither award a contract solely on the basis of this notice, nor pay for any information that is submitted by respondents to the Sources Sought request. The Government reserves the right to contact the submitting parties, on an as required basis, for further clarification on material provided. The Government will evaluate the information provided, use it to document our market research and develop the RFP. In addition, the Government will use its evaluation of the information and other research to determine the sources that appear qualified to perform the work required by the Government. The Government intends to release the RFP only to those respondents who are deemed qualified for this requirement based on their initial response. Point of Contact Contractors responding to this Sources Sought Synopsis shall submit the above information electronically no later than 31 May 2012, 4:30 PM EST to M. Steve Moore michael.moore@tinker.af.mil, or Capt Danielle Deupree Danielle.deupree@tinker.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA8106-12-R-0005/listing.html)
- Record
- SN02746919-W 20120516/120514235624-fb3b8f5ab8d65eb9b218dfca35e8d2e5 (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 |