Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 11, 2015 FBO #4827
SOURCES SOUGHT

C -- E-4B Subject Matter Expert - E-4B SME RFI

Notice Date
2/9/2015
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, PK/PZ Tinker AFB, 3001 Staff Drive, Ste 1AG76A, Tinker AFB, Oklahoma, 73145-3015, United States
 
ZIP Code
73145-3015
 
Solicitation Number
FD2030-15-30453
 
Point of Contact
Casey S Ketner, Phone: 4057346533, John W. Byrne, Phone: 405-734-6539
 
E-Mail Address
casey.ketner@us.af.mil, John.Byrne.4@us.af.mil
(casey.ketner@us.af.mil, John.Byrne.4@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
E-4B SME DRAFT PWS THIS IS A REQUEST FOR INFORMATION/MARKET RESEARCH SOURCES SOUGHT SYNOPSIS (RFI/MR SSS). 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 and to determine if this effort can be competitive or a Small Business Set-Aside. This is not a Request for Proposal (or solicitation) or an indication that a contractual commitment will exist for this requirement. This is a new requirement for which no previous Sources Sought Synopsis has been posted by this requiring activity, AFLCMC/WLVSA (Tinker AFB, OK). Attached is the draft performance work statement (PWS). The United States Air Force, through the Air Force Life Cycle Management Center, is conducting market research to identify potential business sources interested in providing Subject Matter Expert services in support of E-4B Aircraft Sustainment Information Assurance (IA), including requirements development and accomplishment of certifications and accreditations. This requirement is in support of airborne National Military Command Systems (NMCS) architecture development and NMCS node interoperability planning. Extensive certification, accreditation and technical support are required primarily in E-4B systems, but also with systems that interface to the NMCS and other unique areas, which include: Super High Frequency (SHF), Satellite Communications (SATCOM) equipment, Low Frequency (LF)/Very Low Frequency (VLF) communications systems, integration of legacy radios, Crypto and SATCOM equipment into digital switches. All of these systems have to be able to perform their function in a nuclear hardened environment. 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 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 any prospective offerors The proposed North American Industry Classification Systems (NAICS) Code is identified as 541330 - Engineering Services, for which has a corresponding Size Standard of $38.5M. The Government will use this information to determine the best acquisition strategy for this procurement. The Government is interested in all businesses to include Small Businesses, Small Disadvantaged Businesses, 8(a), Service-Disabled Veteran-Owned Small Businesses, HUBZone Small Businesses, and Women-Owned Small Business concerns. The government requests that interested parties respond to this notice if applicable and identify your small business status to the identified NAICS code. Additionally, please provide any anticipated teaming arrangements, along with a description of similar services offered to the Government and to commercial customers for the past three years. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. Contractors responding to this RFI should provide information detailing how they plan to meet the requirements of the draft PWS attached. To be considered, responses to this RFI/MR SSS shall identify the portions of the draft PWS and work package scenarios the Contractor has capability of completing from within their company (Organic) and which portions, if any, they intend to sub-contract out. Contractor shall provide enough detailed information for the Government to evaluate the contractor's technical approach for sufficiency and completeness. 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 for the requirement described in the attached draft PWS. 1. Vendors intending to be prime contractors, members of a joint venture or members of a teaming arrangement for the requirement described above and in the attached draft PWS please provide the following information: a. Indicate whether you would qualify as a small or large business under the NAICS code 541330. b. Indicate the portions of the draft PWS you have the capability of completing as prime (organic) and which portions, if any, you intend to subcontract out. c. For the work that is to be completed as the prime contractor, please provide enough information for the government to review the contractor's technical approach to provide support for the work as indicated in the attached draft PWS. d. For work that is expected to be sub-contracted out, provide the type of work, teaming arrangements, along with the qualifying capabilities of any subcontractor. 2. It is the Government's intent to use this RFI/MR SSS, in conjunction with other activities, to improve overall E-4B aircraft Information Awareness support, and therefore aircraft availability. Responses to this sources sought are asked to identify capabilities and plans for how they would perform functions within the attached draft PWS that would best support E-4B Aircraft IA certification and accreditation requirements. 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. 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, Service-Disabled Veteran Owned Small Business 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 twenty (20) 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. Point of Contact Contractors responding to this Sources Sought Synopsis shall submit the above information electronically, no later than 27 February 2015, 2:30 PM Central Standard Time, to John Byrne, john.byrne.4@tinker.af.mil, and Casey Ketner, casey.ketner@us.af.mil. The information in this notice is based on current information available to date. This information is subject to change and is not binding to the Government. Any updated information will be provided in future announcements, if applicable and posted electronically on the Federal Business Opportunities website at www.fbo.gov. Disclaimer: This RFI/MR SSS is issued solely for informational and planning purposes. It does not constitute a solicitation (Request for Proposal or Request for Quotations) or a promise to issue a solicitation in the future release.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FD2030-15-30453/listing.html)
 
Place of Performance
Address: Tinker Air Force Base, Tinker AFB, Oklahoma, 73145, United States
Zip Code: 73145
 
Record
SN03637376-W 20150211/150209234853-5a46f751b5838a7f7bbf2cf2060f4772 (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.