Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 12, 2022 SAM #7468
SOURCES SOUGHT

R -- Operational Analysis Support

Notice Date
5/10/2022 9:13:59 AM
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
FA4452 763 ESS SCOTT AFB IL 62225-5020 USA
 
ZIP Code
62225-5020
 
Solicitation Number
OASFY22
 
Response Due
5/17/2022 10:00:00 AM
 
Archive Date
05/18/2022
 
Point of Contact
Alexis Strieker, Phone: 6182564234, Jena L. Bowman, Phone: 6182569992
 
E-Mail Address
alexis.strieker@us.af.mil, jena.bowman@us.af.mil
(alexis.strieker@us.af.mil, jena.bowman@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The 763d Enterprise Sourcing Squadron (ESS) is seeking sources for contemplated contract for current 618th Air Operations Center (AOC) Tanker Airlift Control Center (TACC) Operational Analysis Support (OAS), Contract Number FA4452-18-F-0010. CONTRACTING OFFICE ADDRESS: 763d Enterprise Sourcing Squadron (ESS), 510 POW MIA Dr., Ste. E1004, Scott AFB, IL 62225 INTRODUCTION: This is a Sources Sought to determine the availability and technical capability of small businesses to provide the required products and/or services. The 763d ESS is seeking information for potential sources for the 618th AOC for the current OAS contract, Contract Number FA4452-18-F-0010. DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT 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. CONTRACT/PROGRAM BACKGROUND: Contract Number(s): FA4452-18-F-0010 Contract Type: Firm Fixed Price (FFP) Incumbent(s) and their size: Sawdey Solution Services, procured as a Small Business set-aside. REQUIRED CAPABILITIES: The 763 ESS is interested in the identification of capable sources not existing on the current contract. The contractor shall provide the 618 AOC (TACC) Commander with situational awareness and technical assessment not provided by USTRANSCOM, Air Mobility Command (AMC) or 18 Air Force (AF) agencies. The contractor shall provide briefings to general officers using products developed by the AOC�s Operational Analysis Division (SRDA), provide technical and analytical expertise related to transportation operations, develop new products and metrics as required, and provide analytics on operational data to meet the 618 AOC (TACC)�s operational assessment function. The contractor shall provide the expertise necessary to assist the different directorates within the 618 AOC (TACC) in developing operational assessment and performance measurements. As part of the 618 AOC (TACC)�s Strategy Directorate (SRD), the contractor will map and monitor internal 618 AOC (TACC) processes in order to find efficiencies, inefficiencies and redundancies. The contractor will analyze contributions, efficiencies, and qualities within the functional areas of planning, tasking, and executing to assess the effectiveness and efficiency of the airlift and air refueling enterprise as a whole. The contractor will use this information to assess the overall performance of the organization and utilize assessment factors for on-going performance based BPM organizational improvement initiatives. The contractor will use industry standard BI, BPM and Business Process Reengineering (BPR) tools and technologies as required. These tools and technologies generate products that inform leadership and provide strategic direction within the 618 AOC (TACC) as well as providing valuable information for the air mobility enterprise. The contractor will provide and manage subject matter experts in the use of tools, frameworks, and the development of products. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE: The anticipated North American Industry Classification System Code (NAICS) for this requirement is 541611 - Administrative Management and General Management Consulting Services, with the corresponding size standard of $21,500,000.00. To assist 763 ESS in making a determination regarding the level of participation by small business in any subsequent procurement that may result from this Sources Sought Notice, you are also encouraged to provide information regarding your plans to use joint venturing (JV) or partnering to meet each of the requirements areas contained herein. This includes responses from qualified and capable Small Business, Small Disadvantaged Businesses, Service Disabled Veteran-Owned Small Businesses, Woman- Owned Small Businesses, HUBZone Small Businesses, and 8(a) companies. You should provide information on how you would envision your company�s areas of expertise and those of any proposed JV/partner would be combined to meet the specific requirements contained in this announcement. 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. Responses must demonstrate the company�s ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14). SUBMISSION DETAILS: Responses should include: Business name and address Name of company representative and their business title, telephone number and email address Identification of business size and whether currently designated as a Small Business as defined in the Federal Acquisition Regulation Part 19.1, and the appropriate categories (small business, small disadvantaged business, 8(a), service disabled veteran-owned small business, woman-owned small business, HUBZone, etc.) along with NAICS code; Cage Code DUNS Number Anticipated teaming arrangements (if applicable) Any comments related/concerns relating to Draft PWS. Any other information deemed useful to the Air Force. Interested vendors should send capability packages NLT 17 May 2022, 12PM Central Standard Time (CST) to Alexis Strieker, alexis.strieker@us.af.mil. The capability package must be clear, concise, and complete. The Air Force is under no obligation to provide feedback to the company, or to contact the company for clarification of any information submitted in response to this request. Capability packages should be limited to no more than 5 pagesbusing 10-point type or larger. Published literature may be any number of pages. Proprietary information and trade secrets, if any, must be clearly marked on all materials. 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 agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/dff084d3de054caa8aa26c9e5bb05d04/view)
 
Place of Performance
Address: Scott AFB, IL 62225, USA
Zip Code: 62225
Country: USA
 
Record
SN06323242-F 20220512/220510230059 (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.