Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 07, 2020 SAM #6644
SOURCES SOUGHT

99 -- LabVIEW Engineering Services

Notice Date
2/5/2020 9:25:36 AM
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
FA8224 OL H PZI PZIM HILL AFB UT 84056 USA
 
ZIP Code
84056
 
Solicitation Number
FA8224-20-S-LABV
 
Response Due
3/6/2020 8:00:00 AM
 
Archive Date
03/21/2020
 
Point of Contact
Hayder Faisal, Darin Barnes
 
E-Mail Address
hayder.faisal@us.af.mil, darin.barnes@us.af.mil
(hayder.faisal@us.af.mil, darin.barnes@us.af.mil)
 
Description
SOURCES SOUGHT SYNOPSIS The United States Air Force, OL_H/PZIMC Software Engineering Group Contacting Division, Hill AFB, Utah is seeking capabilities packages of potential sources, including small business (SB), 8(a), HUBzone, Women-Owned (WO) and Service-Disabled Veteran-Owned (SDVO) small businesses that are capable of providing LabVIEW software engineering services as defined in the requirements section (Section 4) of the attached Draft Performance Work Statement (PWS). This service requires certified National Instruments (NI) LabVIEW Architects and Developers to work on site with Air Force engineers at Hill AFB UT to develop weapon system support software using LabVIEW and technical documentation. One of the contractor�s on-site engineers will be required to be the lead task manager who will coordinate individual efforts and provide detailed reports on a regular basis. Contractors that respond shall specify their capabilities to meet the specifications provided below and in the attachment and provide detailed information to show clear technical compliance. Additionally, performance history, including recent commercial customers, shall be included to determine commerciality.� This sources sought is only for the requirements section (Section 4) of the PWS.� There is no need to reply to any other sections of the PWS for this sources sought. Detailed Specifications are listed in the attachment identified below: Draft Performance Work Statement �LabVIEW Engineering Services� requirements section (Section 4) All interested contractors shall submit a response demonstrating their capability to provide this service to the Primary Point of Contact listed below. As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation (Request for Proposal) exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. The NAICS Code assigned to this is 541511, �Custom Computer Programming Services� with a small business size standard of $30M. Contractors responding should indicate their size in relation to this size standard, and indicate socio-economic status (SB, 8(a), SDVO, WO, and HUBzone small business).� Respondents are further requested to indicate their status as a Foreign-owned/foreign-controlled firm and any contemplated use of foreign national employees on this effort.� The government reserves the right to consider a small business set-aside based upon responses received in reference to this sources sought synopsis.� All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract.� No set-aside decision has been made.� Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime contractors must perform at least 50% of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14. Any information submitted by respondents to this sources sought synopsis is voluntary.� This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any government assessments. The Government's assessment of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small business, or any particular small business program. CAPABILITIES PACKAGE: � Interested parties shall submit a capabilities package, with a cover letter, that is brief and concise, yet clearly demonstrates ability to meet the stated requirements in Section 4 of the attached draft PWS with sufficiently qualified personnel. Capability packages must not exceed 10 pages. Responses should include the following: 1. Company name, physical and mailing address: 2. Point of contact with phone number and email address: 3. Statement of your intention to submit a bid for this requirement as a Prime contractor: 4. A statement as to whether your company is domestically or foreign owned or controlled (if foreign, please indicate the country), and whether use of any foreign national employees are contemplated on this effort: 5. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided: 6. Statement as to your capability (including financial) and capacity to perform and manage the work: 7. Statement explaining how your company will perform this work: 8. Clearly describe your related background and experience with LabVIEW, including the requirements of having National Instrument certified LabVIEW Architects, Developers, and TestStand Developer available, along with the current status of Alliance Partnership with National Instruments.� Include applicable contract numbers, project titles, dollar amounts, and points of contact: � 9. Clearly describe your related background and experience with actor framework, A-10 avionics, C++, C#, Visual Basic 6, and OFPs/OTPs, to include contract numbers, project titles, dollar amounts, and points of contact: 10. Statement of business size in relation to the size standard stated above: 11. Statement of socio-economic status (e.g. large, small, 8(a), HUBzone, Service-Disabled Veteran-Owned small business, etc): � 12. Provide Dun & Bradstreet (DUNS) number and Commercial and Government Entity (CAGE) Code: Advertising or marketing information is NOT appropriate. Responses may be submitted electronically to the following e-mail address: hayder.faisal@us.af.mil. All correspondence sent via email shall contain a subject line that reads ""LabVIEW Engineering Services."" If this subject line is not included, the email may not get through email filters at Hill AFB. Filters are designed to delete emails without a subject or with a suspicious subject or attachments. Attachments with files ending in .zip or .exe are not allowable and will be deleted. Ensure only .pdf, .doc, .docx, .xsls or .xls documents are attached to your email. All other attachments may be deleted. RESPONSES ARE DUE NOT LATER THAN �6 March 2020 BY 11:00 AM EST.� Direct all questions concerning this sources sought synopsis to Hayder Faisal at: hayder.faisal@us.af.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/a10a8bdf2fb44412a447595244a6f0cb/view)
 
Place of Performance
Address: UT 84056, USA
Zip Code: 84056
Country: USA
 
Record
SN05553157-F 20200207/200205230147 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.