Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 12, 2015 FBO #4949
SOURCES SOUGHT

D -- Sustainment of Air Force Weapon System Sustainment (WSS) Database - Capabilities Matrix - Draft PWS

Notice Date
6/10/2015
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PK - WPAFB (includes PZ, WL, WW, WI, WN, WK, LP, WF, WK), 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218, United States
 
ZIP Code
45433-7218
 
Solicitation Number
FA8604-15-R-7014
 
Archive Date
7/25/2015
 
Point of Contact
Chase E. Ralston, Phone: 9376567330
 
E-Mail Address
chase.ralston@us.af.mil
(chase.ralston@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Draft Performance Work Statement (PWS) Interested Contractor's Capability Statement This is a Sources Sought Synopsis; there is no solicitation available at this time. Requests for solicitation will receive no response. This Sources Sought Synopsis is published for market research purposes only. This sources sought is conducted to identify potential sources capable of meeting the requirements for providing Information Technology Support Services to the Centralized Asset Management (CAM) office. A proposed draft Performance Work Statement (PWS) and CAM/Information Technology Support Services Capability Package are attached to provide respondents a better understanding of the needs of the CAM office and the respondent's potential ability to meet the Government's requirements. The respondent shall provide an information technology solution and business process support to the Headquarters Air Force Material Command, Directorate of Logistics, Centralized Asset Management (CAM) office (HQ AFMC/A4F). The CAM office currently utilizes a proprietary web-enabled database application known as Centralized Access for Data Exchange (CAFDEx). CAFDEx is proprietary to Infinite Technologies, inc. At a minimum, the contractor shall support the processes listed in Paragraph 1.1.1 of the draft PWS. The Air Force anticipates a Firm Fixed Price contract will be awarded. The Air Force anticipates a twelve-month Period of Performance (POP) on the base contract with four (4) one-year options. The projected base year period of performance is March 2016 through March 2017. The Air Force anticipates this acquisition will utilize procedures outlined in FAR Part 12-Acquisition of Commercial Items and FAR Part 15-Contracting by Negotiation. Information is being collected from all potential sources at this time. Firms responding to this announcement should indicate whether they are a large business, small business, small disadvantaged business (SDB), woman-owned small business (WOSB), 8(a)-certified business, service-disabled veteran-owned small business (SDVOSB), veteran-owned small business (VOSB), or Historically Underutilized Business small business (HUBZone). The National American Industry Classification System (NAICS) code for this action is 541519, size standard $25,000,000.00. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. Prospective contractors are cautioned to ensure that the proper NAICS code appears in their SAM. The Air Force has not yet determined the acquisition strategy for this requirement, including whether a set-aside strategy is applicable. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime contractors must perform over 50% of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14. All interested parties shall submit a capabilities package which explicitly demonstrates capabilities and expertise related to this effort. The capabilities package requirements are to be presented in accordance with the attachment entitled "Capabilities Package". The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. Recent, relevant experience in all areas should be provided, including whether this experience was as a prime or subprime contractor, whether it was in support of a Government or commercial contract and what the scope of the experience was. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. Interested contractors will clearly explain how they intend to meet the stated requirements. Your statement of capabilities should include the following: Company Name; Address; Point of Contact; Telephone number; E-Mail Address; CAGE Code; Web Page URL; and Small business size certification if applicable. Please submit one (1) hardcopy of your response to AFLCMC/PZITA, Attn: Chase Ralston, 2275 D Street, Bldg. 16, Rm. 128, Wright-Patterson AFB, OH 45433-7228 and one (1) PDF formatted copy of your response to chase.ralston@us.af.mil. Statements should be submitted no later than 2:00 PM, 10 July 2015. The Government will neither award a contract solely on the basis of this synopsis nor will it reimburse the contractor for any costs associated with preparing or submitting a response to this notice. This synopsis does not constitute a Request for Quotation, Request for Proposal (RFP) or an Invitation for Bid (IFB), nor does this issuance restrict the Government's acquisition approach. The Government reserves the right to reject in whole or part any industry input as a result of this announcement. The Government recognizes that proprietary data may be a part of this effort. If so, clearly mark such restricted or proprietary data and present it as an addendum to the non-restricted/non-proprietary information. If the Government decides to award a contract for this or related effort, a solicitation will be published and posted on the FBO website. If you have any questions, you may contact Chase Ralston via email at chase.ralston@us.af.mil. See attached: 1. Draft PWS 2. Capabilities Package
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8604-15-R-7014/listing.html)
 
Record
SN03759720-W 20150612/150610235320-e9d52615304af2c8326453ccb02fec3a (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.