SOURCES SOUGHT
70 -- Space Situational Awareness - Attachments
- Notice Date
- 7/16/2018
- Notice Type
- Sources Sought
- NAICS
- 511210
— Software Publishers
- Contracting Office
- Department of the Air Force, Air Force Space Command, 50 CONTRACTING SQUADRON, 210 Falcon Parkway STE 2116, Schriever AFB, Colorado, 80912-2116, United States
- ZIP Code
- 80912-2116
- Solicitation Number
- FA255018R8002
- Point of Contact
- Tommie Rogers, Phone: 7195672306, Stephen Cooper, Phone: (719) 567-3831
- E-Mail Address
-
tommie.rogers.1@us.af.mil, stephen.cooper.1@us.af.mil
(tommie.rogers.1@us.af.mil, stephen.cooper.1@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Salient Characteristics General Information SSA Performance Work Statement Request for Information (RFI) Description and Process 1. The purpose of this RFI is two-fold. First, this RFI is issued to determine potential sources for information and planning purposes - it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. Secondly, this RFI announces plans to conduct a Nongovernmental Space Situational Awareness II (NG SSA II) Industry Day on 21 August, 2018 in Colorado Springs, CO. 2. This RFI should not be construed as a commitment by the Government for any purpose other than to gain the information requested for market research. The Government is not at this time seeking proposals and will not accept unsolicited proposals. Respondents are advised that the Government will not pay for any information or administrative costs incurred in response to this RFI. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOps) website (www.fbo.gov). It is the responsibility of potential offerors to monitor this site for additional information pertaining to this requirement. The purpose of this notice is to conduct market research, a continuous process for collecting and analyzing information about capabilities within the market to satisfy agency needs. The acquisition strategy has not yet been determined and market research results will assist the Air Force in determining the direction any acquisition will take. 3. The National Space Defense Center (NSDC) needs nongovernmental SSA data for operational use. SSA data must originate from non-DoD sensors and be near real-time. This acquisition will be the follow-on effort for current contract number FA2550-17-C-8002. See attached for minimum salient characteristics. 4. A NG-SSA II Industry Day is scheduled for 21 August, 2018 in Colorado Springs, CO. The briefing will be up to Top Secret/SCI. Attendees will receive a classified mission brief and have an opportunity to provide a one-on-one briefing with the Government on how their nongovernmental solution may meet Government requirements. Invitations to the NG SSA II Industry Day will be limited to interested parties whose sources sought response meets the minimum salient characteristics identified in the draft Performance Work Statement, paragraphs 3.0 and 4.0, and the characteristics identified in paragraph 3 above. Potential participants will receive an invitation on 13 August, 2018. Invited participants will be allowed the opportunity to submit a capabilities presentation limited to 30 minutes with a 20-minute question and answer period. a. Location: The Aerospace Corporation, 7250 Getting Heights, Colorado Springs, CO 80916. b. Timeline: 8:00 a.m. - 5:00 p.m. 5. Responses to sources sought must be submitted by 5:00 p.m., Mountain Time, 26 July 2018 to Mr. Stephen Cooper, stephen.cooper.1@us.af.mil, 719-567-3831 and Mr. Tommie Rogers, tommie.rogers.1@us.af.mil, 719-567-2306. Responses may also be sent to the listed addressees using the AMRDEC SAFE Web Application at https://safe.amrdec.army.mil/safe/; should the AMRDEC SAFE Web Application be used, responses are due by the time and date stated; the 50th Contracting Squadron is not responsible for any lack of availability for use by the AMRDEC SAFE Web Application or for any delays associated with its use. All responses to this RFI must be Unclassified; Do not submit any Classified information in response to this RFI. Proprietary concepts or information may be included in responses to this RFI if required to demonstrate the capability of meeting the minimum salient characteristics identified in the draft Performance Work Statement, paragraphs 3.0 and 4.0, and the characteristics identified in paragraph 3 above; all proprietary concepts or information in any response must be clearly marked and identified as such. All responses must include company name, CAGE Code, and POC to include phone number and email address. 6. Classified Industry Day: Registration for on-site participants will be conducted in advance by invitation only. Due to space constraints seating is limited to a maximum of three (3) participants per company. Late registrations and "walk-in" requests will not be permitted. Attendees must present a current government photo identification and have a Top Secret clearance. 7. Unclassified Questions, Recommendations and Comments. a. Questions may be submitted in response to this RFI. Any questions regarding this RFI must be submitted via email to Contracting Officer and Contract Specialist identified in paragraph 5 and must be Unclassified. Do not submit or send by email any classified questions or information.. Answers will be provided via an amendment to the RFI and posted on www.fbo.gov. Answers may also be provided to attendees at the NG SSA II Industry Day. Please note that the Government is not required to answer all questions and may exercise discretion in the selection of questions to answer. The AF will not attribute the questions to the submitting responder. b. Recommendations or comments on the RFl-supporting documentation or the Program will be reviewed by the Government, but will not be published on www.fbo.gov nor provided to any responder. Recommendations or comments submitted may be used by the Government for improvement of the Program; therefore, recommendations or comments submitted should not be based on nor incorporate any proprietary or trade secret information. 8. 5352.201-9101 Ombudsman (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 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, AFICA/OL-SPC Director or Deputy Director of Contracting, 150 Vandenberg Street, Peterson AFB CO 80914, (P) 719-554-5300, (F) 719-554-5299, afica.ks.wf@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/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 inquiries shall be directed to the Contracting Officer. (End of clause)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/50CS/FA255018R8002/listing.html)
- Record
- SN04992975-W 20180718/180716230948-a02a637378bc8b4647a04d51b68e58a9 (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 |