SOURCES SOUGHT
A -- AFICA Engineering Research Services - Draft PWS - AFICA Sources Sought Notice
- Notice Date
- 11/5/2015
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- AFICA - AFICA- CONUS
- ZIP Code
- 00000
- Solicitation Number
- FA4452-16-C-ENGSERV
- Point of Contact
- Michael Cross, Phone: 6182290805, Deane Turner, Phone: 6182569948
- E-Mail Address
-
michael.cross.14@us.af.mil, deane.turner@us.af.mil
(michael.cross.14@us.af.mil, deane.turner@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Sources Sought Notice Draft PWS SOURCES SOUGHT NOTICE The United States Air Force, The Department of the Air Force, 763d Specialized Contracting Squadron (763 SCONS/PKC) is seeking sources for a contemplated engineering research services contract for HQ AMC/A5Q. CONTRACTING OFFICE ADDRESS: 763 SCONS/PKC 507 Symington Drive Scott AFB, IL 62225-5022 INTRODUCTION: This notice will be used to determine the availability and technical capability of large and small businesses (including the following subsets, Small Disadvantaged Businesses, HUBZone Firms; Certified 8(a), Service-Disabled Veteran-Owned Small Businesses and Woman Owned Small Business) to provide the required products and/or services. DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS SOURCES SOUGHT NOTICE/SYNOPSIS IS STRICTLY VOLUNTARY. CONTRACT/PROGRAM BACKGROUND: AFICA 763d is currently conducting market research to determine qualified, experienced, and interested potential sources. The information requested by this notice will be used within the Air Force for market research purposes only and will not be disclosed outside the agency. Should a future requirement(s) evolve from this preliminary planning process, it is anticipated the period of performance will include a base year spanning one year from award date and two 12 month option periods. Award is anticipated by 12 May 2016. It is anticipated the contractor will be required to provide engineering research services. The services provided are outlined in the Draft PWS section 1.3 SPECIFIC SUPPORT SERVICES. A draft copy of the Performance Work Statement (PWS) is available for review (Attachment 1). The place of performance for this requirement will be at Warner Robins AFB, GA. REQUIRED CAPABILITIES: Capability information should include a brief description of experience (Commercial or Government) in providing the requirements similar to those described in the attached Performance Work Statement (PWS). The capability package must be clear, concise, and complete. The Air Force is under no obligation to provide feedback to the company, or to contract the company for clarification of any information submitted in response to this request. Capability packages should be limited to no more than 10 pages. SPECIAL REQUIREMENTS: All Personnel will require Secret clearance. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE: The anticipated North American Industry Classification System Code (NAICS) for this requirement is 541330, Other Electronic and Precision Equipment Repair and Maintenance with the corresponding size standard of $15.0 million. SUBMISSION DETAILS: Responses should include: 1) Business name and address; 2) Name of company representative and their business title; 3) Socioeconomic Status; 4) Cage Code; 5) Brief capabilities package demonstrating ability to perform the services listed in the attached PWS 6) Statement of intent regarding submitting a proposal in response to any resulting RFP 7) Confirmation of an approved accounting system 8) Confirmation of Secret Clearance 9) Any PWS comments/concerns or potential performance issues you would like the Government to consider. 10) Contract vehicles that would be available to the Government for the procurement of the product and service, to include ENCORE II, General Service Administration (GSA), GSA MOBIS, NIH, NASA SEWP, Federal Supply Schedules (FSS), or any other Government Agency contract vehicle. (This information is for market research only and does not preclude your company from responding to this notice.) 11) Suggested Contract type (i.e. FFP, Cost, CPFF, etc.) 12) Payment Terms Vendors who wish to respond to this sources sought notice, please email the Contract Specialist, Mr. Michael Cross at michael.cross.14@us.af.mil. All responsible sources may submit a capability statement (no more than ten pages) which shall be considered by the agency. The capability package shall demonstrate the ability to perform the tasks outlined above. Documentation should be in bullet format. Your E-mailed submission of your capability package may also include any comments or questions you may have. Interested parties should review the attached Draft PWS and reply no later than 19 Nov 2015, 3:00pm Central time. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All government and contractor personal reviewing sources sought responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified. One Attachment: 1. Draft Performance Work Statement
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/0f3c2426767a809a1a19ae538ba9cf1d)
- Place of Performance
- Address: Warner Robins AFB, Georgia, United States
- Record
- SN03940021-W 20151107/151105235106-0f3c2426767a809a1a19ae538ba9cf1d (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 |