Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 28, 2018 FBO #6000
SOURCES SOUGHT

R -- Seismic Station Mission Support II - Attachment 1, PWS

Notice Date
4/26/2018
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, AMIC DET 2, AMIC DET 2 OL/PKA, 10989 South Patrick Drive, Patrick Air Force Base, Florida, 32925, United States
 
ZIP Code
32925
 
Solicitation Number
FA7022-18-R-SSMSII
 
Archive Date
5/30/2018
 
Point of Contact
Lori A Greene, Phone: 3214949911
 
E-Mail Address
lori.greene.2@us.af.mil
(lori.greene.2@us.af.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
Draft PWS SOURCES SOUGHT ANNOUNCEMENT AMIC DET 2 OL/PKA is seeking sources for the Air Force Technical Applications Center (AFTAC) Seismic Station Mission Support (SSMS II). CONTRACTING OFFICE ADDRESS: AMIC Det 2 OL/PKA 1020 S. Patrick Drive Patrick AFB, FL 32925 INTRODUCTION: This is a SOURCES SOUGHT ANNOUNCEMENT to acquire services for AFTAC to provide Operations and Maintenance (O&M) support in the areas of mission support of three seismic stations. The draft Performance Work Statement (PWS) is found in Attachment 1, PWS. The government anticipates an acquisition strategy of a competitive 8(a) small business concerns set-aside for this requirement and resulting solicitation. As such, this Sources Sought announcement provides an opportunity for 8(a) businesses to participate. In accordance with FAR Part 10, Market Research, AMIC DET 2 OL/PKA is seeking information for potential sources for SSMS II to provide services to support the mission of collecting, recording and transmitting seismic data from seismic sensors stationed around the world. The anticipated contract will have a twelve (12) month base with four (4) one (1) year options as the period of performance (PoP). Plus a 6-month option to extend the services. The current SSMS contract was awarded under the Small Business Administration 8(a) program in accordance with FAR 19.8. The incumbent for this contract is an Alaskan Native Corporation, Chugach Information Technology, Inc. under contract FA7022-15-C-0004 with a period of performance of from 01 July 2015 through 31 December 2019. Anticipated CLIN Structure: The Government is contemplating the use of a contract with CLINS to include: Firm-Fixed Price and Cost Reimbursement. The RFP release date is subject to change, but is anticipated to be posted on or about November 2018. Interested parties are encouraged to monitor all postings. 1.1 SOURCES SOUGHT INFORMATION: 1.2 DISCLAIMER: THIS REQUEST FOR INFORMATION IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP), REQUEST FOR QUOTE (RFQ) OR AN INVITATION FOR BID (IFB). IN ACCORDANCE WITH FAR 15.201(e), THIS NOTICE 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 TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. THE GOVERNMENT MAY USE THE INFORMATION OBTAINED FROM RESPONSES TO THIS NOTICE IN DETERMINING ITS ACQUISITION APPROACH. THE ISSUANCE OF THIS NOTICE DOES NOT RESTRICT THE GOVERNMENT ACQUISTION APPROACH. 1.3 REQUIRED CAPABILITIES: Interested firms should submit information as to the capabilities, capacity and experience to perform the requirements set forth in the draft PWS, Attachment 1. The capabilities should describe relevant contract experience offered to government and commercial customers, include a reference to the contract number, magnitude, place of performance and points of contact for each example provided (name, POC, mailing address, e- mail, telephone number, fax number and the company's web page (if applicable). Submitted information shall be UNCLASSIFIED. 1.4 NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM CODE. (NAICS): The anticipated NAICS Code is 541330; Except A, the corresponding Small Business size standard in millions of dollars is $38.5M. If the NAICS Code or Small Business size standard appears to be incorrect please suggest an alternative NAICS Code and Small Business size. In order to make a determination for a Small Business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications. 1.5 OMBUDSMAN - AFFARS 5352.201-9101 (JUN 2016): (a)An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of the proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, LtCol Aaron D. Judge, 129 Andrews St, Langley AFB, VA 23665-2769, phone number (757) 764-5372, facsimile number (757) 764-4400, E-mail address: aaron.judge@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQAFICA/AFISRA/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS)(Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquires shall be directed to the Contracting Officer. (End of Clause) 1.6 SUBMISSION DETAILS: Vendors interested in responding to this announcement should submit unclassified technical capabilities statement via email NLT, 4:30 p.m. Eastern Standard Time (EST), on 15 May 2018, to the Contract Specialist Ms. Lori Greene at lori.greene.2@us.af.mil AND Contracting Officer Ms. Joyce Hongell at joyce.hongell.1@us.af.mil. NO PHONE CALLS OR FAXES WILL BE ACCEPTED. CLASSIFIED information will NOT be accepted. The Government will not award a contract solely on the basis of this Request for Information, nor will it reimburse the contractor for any costs associated with preparing or submitting a response to this notice. Responses shall be limited to ten (10) pages. Proprietary information, if any should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information. Please be advised that all submissions become Government property and will not be returned. It is the submitter's sole responsibility to verify the e-file was received and can be viewed. 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 personnel reviewing sources sought responses will have signed non- disclosure agreement and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described in 41 USC 423. The government shall not be held liable for any damages incurred if proprietary information is not property identified. 1.7 RESPONSES SHALL INCLUDE: (a) Business name and address; (b) Name of company representative and their business title; (c) Business Size and Type of Small Business (if applicable); (d) CAGE Code; (e) DUNS Number; (f) Capabilities statement package (no more than ten pages) demonstrating ability to perform in accordance with paragraphs 1.2, 1.3 and 1.4 above and Attachment 1, PWS. (g) Contract vehicles that would be available to the Government for the procurement of the service include General Service Administration (GSA), GSA OSIS, NIH, NASA SEWP, Federal Supply Schedules, 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.) (h) Firms responding must state whether they are a Small Business (SB), Woman-Owned Small Business (WOSB), Economically Disadvantage Woman-Owned Small Business (EDWOSB), Historically Black College or University or Minority Institution (HBCU/MI), 8a firm, an Indian Tribe or Alaskan Native Corporation or a large business based on the size standards in Para 1.4 above. (i) Provide any anticipated teaming arrangements or information regarding your plans to use a joint venture. Any response involving teaming arrangements should delineate between the work that could be accomplished by the prime and the work that could be accomplished by the teaming partner(s). (j) Additionally, provide a description of similar services offered to the Government or to commercial customers within the past three years. (k) Provide suggested contract types (i.e. firm-fixed price, cost-plus fixed fee, cost- reimbursement, etc.) best suited for these services. (l) Provide suggested contract line item number (CLIN) arrangements best suited for these services. (m) Provide other suggestions to ensure this contract requirement and contents are best suited for these services. (n) Identify any major performance, schedule, or cost risk anticipated at this time. 1.8 QUESTIONS: Questions regarding this announcement shall be submitted in writing by email to the Contracting POCs stated in Para 1.6 above. Questions are to be submitted NLT 9 May 2018 by noon (12:00) EST. Verbal, phone or fax questions will NOT be accepted. Answers to questions will be posted for all contractors. Questions shall NOT contain proprietary or classified information. 1.9 SUMMARY: THIS IS A SOURCES SOUGHT to identify potential contractors that can provide non-personal services for AFTAC to provide Operations and Maintenance (O&M) support to SSMS. The information provided in this announcement is subject to change and is not binding on the Government. AFTAC has not made a commitment to procure any of the services discussed and release of this Sources Sought should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9990c0d439a6a3200f96fa900d4fd90a)
 
Record
SN04902160-W 20180428/180426230917-9990c0d439a6a3200f96fa900d4fd90a (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.