SOURCES SOUGHT
C -- Request For Information (RFI) for High Altitude Electromagnetic Pulse (HEMP) Hardness Maintenance/Hardness Surveillance (HM/HS) - Draft PWS
- Notice Date
- 3/10/2015
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Air Force, Air Force Space Command, 21CONS (Bldg 350), 21st Contracting Squadron, 135 Dover Street, Suite 2225, Peterson AFB, Colorado, 80914-1055, United States
- ZIP Code
- 80914-1055
- Solicitation Number
- FA2517-15-R-9025
- Archive Date
- 4/21/2015
- Point of Contact
- Rachel M. Hickenlooper,
- E-Mail Address
-
rachel.hickenlooper@us.af.mil
(rachel.hickenlooper@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Draft HEMP PWS This notice serves as market research in accordance with FAR Part 10. This is a Request for Information (RFI) for planning purposes; responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. THIS IS NOT A REQUEST FOR COMPETITIVE PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS RFI. This sources sought synopsis is issued solely for information and planning purposes. The purpose of this notice is to obtain information from all qualified businesses, improve the Government's understanding of the current marketplace, and to identify potential sources capable of performing the effort described herein. The 21 st Contracting Squadron (21 CONS ) is seeking potential sources to perform High Altitude Electromagnetic Pulse (HEMP) Hardness Maintenance/Hardness Surveillance (HM/HS), Verification Testing, and Engineering/Technical Support for the Federal Government. The HEMP Support will be provided through multiple task orders on a Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) Contract. The IDIQ is currently estimated to be five years with a maximum ceiling of $450M. The Government is contemplating the use of North American Industry Classification System (NAICS) code of 541330, Engineering Services. The size standard for this NAICS is $15M. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. The acquisition strategy has not yet been determined. If a contractor believes that they have the capability and are qualified to meet the government's requirement, please respond to this Sources Sought Synopsis with a capabilities package. A DRAFT Performance Work Statement is attached for your review. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. The package shall not exceed 8 pages and include the following information: 1. Name of Company 2. Address 3. Point of Contact (to include phone number and email address) 4. Firms responding to this announcement should indicate whether they are a large business, small business, Small Disadvantaged Business (SDB), Women-Owned Small Business (WOSB), Economically Disadvantaged Women-Owned Small Business (EDWOSB), 8(a) certified business, Veteran-Owned Small Business (VOSB), Service-Disabled Veteran-Owned Small Business (SDVOSB), or Historically Underutilized Business (HUBZone) 5. Company Size and CAGE code. 6. Capabilities to perform work OCONUS. 7. Past performance/experience on projects of similar scope and magnitude within the past five years. The past performance information should include project title, location, general description of the requirement worked, the Offerors' role, dollar value of contract, and name of the company, agency or government entity for which the work was performed. This is an INDUSTRY NOTIFICATION and is for information purposes ONLY. This is NOT A SOLICITATION. In accordance with FAR 15.201, this announcement shall not be construed as an obligation on the part of the Government. The Government does not intend to award a contract on the basis of this notice or otherwise pay for information solicited. All submissions are requested to be made electronically by The Government reserves the right to contact the submitting parties as required, for further clarification on material provided. In addition, the Government will use its assessment of the information and other research to determine which sources appear qualified to provide the work required by the Government. Respondents will not be notified of the assessment results. The closing date for this synopsis is 6 April 2015 at 1600 Mountain Standard Time (MST). Submit responses and questions via email to Rachel Hickenlooper at rachel.hickenlooper@us.af.mil. Do not contact via telephone.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/21CONSb365/FA2517-15-R-9025/listing.html)
- Record
- SN03662849-W 20150312/150310235207-62e5b512cb1c00bc35438761502ad534 (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 |