SOURCES SOUGHT
D -- AFNWC CCaRs Support Services - Sources Sought CCaRs Support
- Notice Date
- 3/25/2013
- Notice Type
- Sources Sought
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFNWC/PZI - Kirtland, Installation Contracting Division, AFNWC/PZI, 8500 Gibson SE, Bldg 20202, Kirtland AFB, New Mexico, 87117-5606, United States
- ZIP Code
- 87117-5606
- Solicitation Number
- AFNWC-CCaRs2013
- Archive Date
- 3/25/2014
- Point of Contact
- BRIAN J. CLARK, Phone: 5058465703, Derek Thomas Hellauer, Phone: 5058466283
- E-Mail Address
-
brian.clark@kirtland.af.mil, derek.hellauer@kirtland.af.mil
(brian.clark@kirtland.af.mil, derek.hellauer@kirtland.af.mil)
- Small Business Set-Aside
- N/A
- Description
- ****DRAFT******Performance Work Statement for market research purposes. SOURCES SOUGHT SYNOPSIS. This announcement serves as a Sources Sought synopsis issued for the purpose of market research in accordance with Federal Acquisition Regulation (FAR) Part 10. This Sources Sought is issued solely for information and planning purposes and does not constitute a solicitation nor is this notice a request for quotation. DO NOT submit a quote or proposal in response to this synopsis. The Air Force Nuclear Weapons Center (AFNWC) / PZIB, Kirtland AFB, Albuquerque, NM, seeks potential business sources to manage the Comprehensive Cost and Requirements (CCaR) System software package that supports the unique funding, planning, and reporting requirements of the Air Force Nuclear Weapons Center, Kirtland AFB, NM. The AFNWC/PKZIB reserves the right to determine if a SB set-aside is appropriate. Additionally, we reserve the right to determine if one of the targeted socio-economic is appropriate for a set-aside based on responses to this notice and other pertinent information gathered by the contracting officer. In order for the AFNWC/PZIB to make a SB set-aside determination, it is emphasized that SB concerns provide sufficient written information to indicate their capacity and capability to successfully perform and manage all the required services. Firms responding to this announcement must be registered in the System for Award Management (SAM) and should include company name, cage code, point of contact, address and indicate if it is a small business, 8(a) concern, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, women-owned small business. The Government reserves the right to consider the acquisition for the 8(a) program based upon responses received to this sources sought announcement. The proposed contract is anticipated to be a firm-fixed price contract with a base period and four, one-year option periods. The North American Industry Classification System (NAICS) code for this acquisition is 541511, and the size standard for small business is $25.0 million. ATTACHED IS A COPY OF THE "DRAFT" PERFORMANCE WORK STATEMENT. Interested businesses should provide the following information: A. Company name, mailing address, cage code, DUNS number, point of contact (POC), POC telephone number and e- mail address. B. Business size status (i.e. 8(a), HUBZone, Woman/Women Owned or Service Disabled Veteran-Owned, small business, large business, etc.). C. Capability of providing qualified and experienced personnel, with appropriate clearances, if required. D. Past Performance. Do you have past performance as a prime contractor or subcontractor on a service contract for similar requirements? If so, please provide the following information: Contract number, Name of Government Agency or Commercial Entity, Period of Performance, Dollar Value, Type of Contract (Fixed Price, Cost Reimbursement, etc.), and an explanation of services provided as they relate to this requirement. If your firm acted as a subcontractor or joint venture, name the prime contractor or other party, the specific work performed and percentage. E. Does your company have the financial capability and financial stability, and/or adequate lines of credit to sustain and support a five-year multiyear contract at one or more locations, in the event there are difficulties with invoice payments? Do you have an approved accounting system in place to adequately track expenditures? F. Do you anticipate any type of teaming arrangement for this requirement? If yes, please address what kind of arrangement and what percentage of work, and type(s) of service would you perform. Responses are limited to not more than 10 pages. The government will use this information, in addition to other information obtained, to determine its small business set-aside decision. Any information provided by industry to the Government is voluntary. Responses are due no later than 4:00 PM (MST) on 1 April 2013 via e-mail. Questions and responses should be addressed to the Primary POC Mr. Brian J. Clark, via email, to brian.clark@kirtland.af.mil. Alternate POC is SrA Derek Hellauer, derek.hellauer@kirtland.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/377CONSKOC/AFNWC-CCaRs2013/listing.html)
- Place of Performance
- Address: Kirtland AFB NM, Albuquerque, New Mexico, 87117, United States
- Zip Code: 87117
- Zip Code: 87117
- Record
- SN03019606-W 20130327/130325233910-956adf9b563a522d74c7260c6aabeafc (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 |