Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 01, 2012 FBO #3872
SOURCES SOUGHT

R -- Acquisition services for the AFNCR IT PMO - Performance Work Statement

Notice Date
6/29/2012
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, Acquisition Division, AFDW/PK, 1500 W. Perimeter RD. Suite 5750, Joint Base Andrews, Maryland, 20762, United States
 
ZIP Code
20762
 
Solicitation Number
FA7014-12-R-5006
 
Archive Date
7/28/2012
 
Point of Contact
Martha M. Warren, Phone: 2024048342
 
E-Mail Address
martha.warren.ctr@afncr.af.mil
(martha.warren.ctr@afncr.af.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
DRAFT PWS for AFNCR IT Services Acquisition Support Services SOURCES SOUGHT 1. THIS IS A SOURCES SOUGHT SYNOPSIS ONLY; THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. The purpose of this sources sought synopsis (SSS) is to assist Headquarters Air Force District of Washington (AFDW), Joint Base Anacostia Bolling (JBAB), Washington, DC in determining the potential level of interest, adequacy of competition, and technical capabilities to provide support to the 844th Communications Group. Service Disabled Veteran-Owned Small Businesses with the requisite capabilities are encouraged to respond. 2. A draft Performance Work Statement (PWS) is at Attachment 1 in this notice. 3. Respondents are requested to provide a narrative addressing knowledge and experience in the areas included in the draft PWS. 4. Respondents from SDVOSB are requested to indicate the potential level of interest in responding to the sources sought synopsis by providing detailed capability statements showing ability to meet or exceed the requirements in the PWS and listed in this announcement. 5. This SSS is solely intended to obtain Market Research information in accordance with the Federal Acquisition Regulation (FAR) Part 10 and its supplements to assist the Government in formulating an acquisition strategy for procurement of these critical services. The NAICS for this procurement is 541990, Other Professional, Scientific and Technical Services, with a size standard of $14.0M. 6. This SSS does not constitute a Request for Proposal (RFP), a commitment to issue an RFP in the future, or an award of a contract for these services. Respondents are advised that the U.S. Government will not pay or reimburse costs for any information provided in response to this SSS. 7. Responses to this SSS are to be submitted by email only no later than 13 July 2012 to martha.warren.ctr@afncr.af.mil. All responses from prospective offerors should include the return email address, firm name, CAGE code, DUNS number, mailing address, telephone number and point of contact within the body of the response. Responses are limited to 20 pages. No feedback or evaluations will be provided to concerns regarding the information submitted to Air Force District of Washington/PKS. SCOPE OF WORK. The United States Air Force seeks to procure contractor services to support the acquisition of IT services. The contractor shall support the Program Manager with acquisition and information technology subject matter expertise and provide support in all functional duties of the Program Management Office (PMO) for the acquisition to replace the existing 844th CG Enterprise IT Services contract, which expires on 30 June 2013. Work on this effort involves requirements development and involvement in acquisition development and execution. The contractor working on this project will be prohibited from working on the resulting effort of this contract IAW FAR 9.505-2(b)(2). INSTRUCTIONS FOR RESPONSES In response to this sources sought, interested SDVOSB vendors are requested to provide the following information: - Demonstrate an understanding of the requirements of the PWS and the ability to perform all performance objectives listed in the PWS, while maintaining quality and timeliness. - Provide a thorough capability statement detailing assumption of responsibility for all contractual obligations at contract start. Ensure the submission: o Demonstrates an approach and schedule to successfully prevent disruption of work and operations in progress; and o Demonstrate a comprehensive understanding of management responsibility; and o Due to the nature of this contractual obligation, the retention of personnel will be critical in the interested vendors' abilities to provide uninterrupted support of the mission; therefore, provide information on your approach to hiring and/or retaining personnel that meet the specific qualifications to accomplish the requirements of the PWS. o Knowledge of current AF IT Strategic Plan. o Accept turnover of current project without loss of service. o Continue ongoing efforts without missing established milestones and subsequent contract award date of 844 CG Enterprise IT Services contract on 1 July 2013. - Demonstrate knowledge, expertise, and experience of personnel able to accomplish tasks for same or similar services. Services provided are performed in conjunction with services stipulated in the PWS. o Identify what the necessary number of personnel is for performance and support of tasks listed in the PWS. o Demonstrate that personnel have appropriate clearances as identified in the PWS. o Identify key personnel as stated below and provide key personnel capability statement(s) and any other relevant information that will be directly supporting this project. Demonstrate key personnel appropriate level of knowledge, experience and expertise required to perform the PWS. - Demonstrate that key personnel have skill sets necessary to accomplish mandatory/key or mission critical tasks. Key Personnel: - Acquisition Subject Matter Expert (SME) - o Position requires a minimum of 12 years of IT acquisition experience with the Department of Defense (DOD); 8 of the 12 years experience with the Air Force, some of which must have been during the years 2008-2012, and 2 of the 8 years experience with AF must have been within the National Capital Region (NCR). o DAWIA Level III certification in Program Management, or equivalent. o Bachelors Degree in a related field. o Senior leadership experience on IT acquisitions to include source selection. o Leadership experience as an AF Communications Squadron Commander, or equivalent. - Senior Project Manager - o Position requires a minimum of 12 years of IT project management experience with the Department of Defense (DOD); 8 of the 12 years experience with the Air Force, some of which must have been during the years 2008-2012, and 2 of the 8 years experience with AF must have been within the National Capital Region (NCR). o DAWIA Level III certification in project management, or equivalent (i.e., PMP. o Senior IT project management experience.. Please direct any questions you may have regarding this notice in writing to Contract Specialist Martha Warren (Ctr) at martha.warren.ctr@afncr.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/11CONS/FA7014-12-R-5006/listing.html)
 
Place of Performance
Address: Joint Base Anacostia-Bolling (JBAB), Washington, District of Columbia, 20032, United States
Zip Code: 20032
 
Record
SN02790358-W 20120701/120629234717-203d59ddc5d95537ff9b0cf4bf0e95a2 (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.