SOURCES SOUGHT
D -- JOINT SURVEILLANCE TARGET ATTACK RADAR SYSTEM (JSTARS) OPERATIONAL FACILITY (OPFAC) SERVICES II
- Notice Date
- 5/1/2020 6:59:26 AM
- Notice Type
- Sources Sought
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- FA2487 AFTC PZIE EGLIN AFB FL 32542-6886 USA
- ZIP Code
- 32542-6886
- Solicitation Number
- FA248720R0055
- Response Due
- 5/18/2020 10:00:00 AM
- Archive Date
- 06/02/2020
- Point of Contact
- Allison N. McCowan, Tanya A Warden
- E-Mail Address
-
allison.mccowan@us.af.mil, tanya.warden@us.af.mil
(allison.mccowan@us.af.mil, tanya.warden@us.af.mil)
- Description
- The Department of Defense (DoD), United States Air Force (USAF), Air Force Test Center (AFTC), Specialized Contracting Branch (PZIE) at Eglin AFB is currently conducting market research seeking capabilities statements from potential sources, including Small Businesses (SB), 8(a), HUBZone, Economically Disadvantaged Woman-Owned (EDWOSB), Woman-Owned (WOSB), and Service Disabled Veteran Owned Small Business (SDVOSB) that are capable of providing maintenance and support of the Joint Surveillance Target Attack Radar System (JSTARS) Operational Facility (OPFAC). Please review, in this order, the Sources Sought Synopsis and the Performance Work Statement (PWS) which are included to provide respondents a better understanding of the needs of Eglin Air Force Base and the respondent's potential ability to meet the Government's requirements. The requirements for this task are to provide maintenance and support of the Northrop Grumman Systems Corporation (NGC) developed Joint Surveillance Target Attack Radar System (JSTARS) Operational Facility (OPFAC), located at Eglin AFB, Florida. Requirements are described in the attached Performance Work Statement (PWS), dated 30 Mar 2020. The Government anticipates award of an Indefinite Delivery, Indefinite Quantity (IDIQ) contract with both fixed price and cost type CLINs. �The estimated Period of Performance of one (1) year, 01 September 2020 through 31 August 2021, and two (2) option years. �The proposed North American Industry Classification System (NAICS) code for the future acquisition is 541511with a small business size standard of $30,000,000.00. This effort will require a current Secret Facility Clearance. All interested vendors should submit a response demonstrating their capability to perform these services to the Primary Point of Contact listed below.� Proposals are not being requested or accepted at this time.� As stipulated in FAR 15.201(e), 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 at this time; 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 acquisition is 541511, Custom Computer Programming Services, with a size standard of $30M.� Respondents should indicate their size in relation to this size standard and indicate their socio-economic status (i.e. SB, 8(a), HUBZone, EDWOSB, WOSB, or SDVOSB).� Respondents are further requested to indicate their status as a Foreign-owned/Foreign-controlled firm and any contemplated use of foreign national employees for this effort.� The Government reserves the right to consider a small business set-aside based upon responses to this action for any subsequent acquisition.� 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 FAR Clause 52.219-14. Any information submitted by respondents to this sources sought 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 STATEMENT:� All interested vendors should submit a capabilities statement that explicitly demonstrates their ability to provide/perform the requirement stated in this notice.� The capabilities statement should be brief and concise, yet clearly demonstrate how your firm can complete the requirements of JSTARS OPFAC SERVICES II.� Provide recent, relevant experience in all areas, 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 shall be clearly delineated and previous experience in teaming must be provided. Interested contractors will clearly explain how they intend to meet the stated requirements. Include the following in your statement of capabilities: Company Name; Address; Point of Contact; Telephone number; E-Mail Address; CAGE Code; Web Page URL; and Small business size certification if applicable. The response shall not exceed 10 pages. �Also, a draft Performance Work Statement (PWS) is attached for informational purposes. � 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 FedBizOpps website. Small businesses with only partial capabilities of this requirement are encouraged to submit their capabilities statement demonstrating the portion of the requirement they are capable of providing/performing.� This information will allow the Government to identify areas of possible breakout, teaming or subcontracting opportunities. Responses may be submitted electronically to the following e-mail addresses:� allison.mccowan@us.af.mil and tanya.warden@us.af.mil. �All correspondence sent via email shall contain a subject line that reads �JSTARS OPFAC SERVICES II.�� If this subject line is not included, the e-mail may not get through e-mail filters at Eglin AFB.� Filters are designed to delete emails without a subject or with a suspicious subject or attachment.� 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 NO LATER THAN 12:00 P.M. (CST) ON 18 May 2020.� Direct all questions concerning this requirement to Ms. Allison McCowan at allison.mccowan@us.af.mil or Ms. Tanya Warden at tanya.warden@us.af.mil. ��
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/337c4216602d4da9ba875514f2ec8289/view)
- Place of Performance
- Address: Eglin AFB, FL 32542, USA
- Zip Code: 32542
- Country: USA
- Zip Code: 32542
- Record
- SN05643341-F 20200503/200501230145 (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 |