SOURCES SOUGHT
D -- RFI for Acquisition Management System (AMS)
- Notice Date
- 6/8/2020 7:16:34 AM
- Notice Type
- Sources Sought
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- FA4890 ACC AMIC LANGLEY AFB VA 23665-2701 USA
- ZIP Code
- 23665-2701
- Solicitation Number
- FA489001
- Response Due
- 6/15/2020 1:00:00 PM
- Archive Date
- 06/30/2020
- Point of Contact
- Erika N. Chwalik, Kay Brown
- E-Mail Address
-
erika.chwalik.2@us.af.mil, kay.brown.3@us.af.mil
(erika.chwalik.2@us.af.mil, kay.brown.3@us.af.mil)
- Small Business Set-Aside
- 8AN 8(a) Sole Source (FAR 19.8)
- Description
- Request for Information Description. �The Air Force Air Combat Command (ACC) Acquisition Management Integration Center (AMIC) is soliciting industry feedback to support market research for the acquisition of administrative, developmental, and operational services for the AMS (Acquisition Management System). �The contractor shall provide AMS website services for ACC AMIC activities and continue development of AMS. �The contract includes design and maintenance for ACC AMIC�s SharePoint site and KM (Knowledge Management) SharePoint site. Place of performance is located at Joint Base Langley-Eustis (JBLE), Virginia. Attached is a draft Performance Work Statement (PWS) (Atch 1 Performance Work Statement Draft). The Government anticipates using NAICS 541511 and 8(a) sole source requirement. 1.1�� �This Request for Information (RFI), as defined in Federal Acquisition Regulation (FAR) 15.201(e) is being issued to gather information relevant to solutions that are currently available and to identify companies capable of providing an administrative, developmental, and operational services support to facilitate this requirement. The Government will use any information submitted as market research to better appreciate the capabilities of the industry. 1.2�� �This RFI is issued solely for information and planning purposes � it does not constitute as a Request for Proposal (RFP) or a promise to issue an RFP in the future. A solicitation is not being issued at this time. This notice shall not be construed as a commitment by the Government to issue a solicitation. This RFI does not commit the Government to contract for any supply or service. Further, the Government will not accept unsolicited proposals. The RFI respondees are advised that the Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party�s expense. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. The Government may use information obtained from industry responses to develop an acquisition strategy and a future RFP. Documentation submitted and received becomes the property of the U.S. Government and will not be returned. 2.0�� �Scope. AMS is an Authorization to Operate (ATO) approved Government-owned .NET 4.0 web-based system operating on a SQL server located at ACC AMIC that serves as the single repository and management tool for ACC AMIC administered contracts. The Knowledge Management (KM) SharePoint serves as a reliable, centralized location to store, retrieve, and maintain AMIC's information, policies, guidance, and templates. 3.0�� �Period of Performance (PoP). �The Government anticipates performance to begin in FY20. 4.0�� �Responses. �Responses shall include the following as a minimum:� ��� �Company Information: a.�� �Company name, address, web page b.�� �Business Classification/Socio-Economic status, NACIS Code, CAGE Code, DUNS Number c.�� �Point of Contact name, phone and email address ��� �A capability statement that describes a brief overview of the solution(s) to be considered and estimated implementation timeframe/range.� ��� �Any relevant experience implementing these types of solutions at other Federal agencies and private companies. A description of the experience and the ability to provide the capabilities required by that agency or company (implementation date/ current version number). A list of the Federal agencies and private companies, and points of contact with phone/ email address. ��� �A recommended contract solution (i.e. FFP, FFP-LOE etc.). The requested information is to confirm the independent government cost estimate (IGCE), and service implementation timeline. This RFI does not commit the AMIC to contract for any supply or service whatsoever, and at this time, no proposals are requested. 5.0�� �Response Due Date. �Interested prime contractors are requested to provide a response to this RFI. Responses and capability statements are due no later than 15 June 2020, 4:00pm ET. �Responses shall be limited to 3 pages (total) and submitted via e-mail only to Contracting Officer, erika.chwalik.2@us.af.mil and the Contract Manager kay.brown.3@us.af.mil. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. �To aid the Government, please segregate proprietary information. 6.0�� �Questions. Questions regarding this announcement shall be submitted in writing by e-mail to the Contracting Officer, erika.chwalik.2@us.af.mil and the Contract Manager kay.brown.3@us.af.mil. Verbal questions will NOT be accepted. �
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/25f48761cbe841b792ce76c79e9ff6cc/view)
- Place of Performance
- Address: Hampton, VA, USA
- Country: USA
- Country: USA
- Record
- SN05683760-F 20200610/200608230152 (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 |