Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 03, 2022 SAM #7582
SOURCES SOUGHT

R -- 805th CTS IT & C2 Operational Support

Notice Date
9/1/2022 9:28:36 AM
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
FA4890 HQ ACC AMIC HAMPTON VA 23666 USA
 
ZIP Code
23666
 
Solicitation Number
FA4890090122
 
Response Due
9/16/2022 2:00:00 PM
 
Point of Contact
Jonathan Marshall, Capt, USAF, Phone: 850-866-5122, Eric J. Lingad, Phone: 8508845608
 
E-Mail Address
jonathan.marshall.4@us.af.mil, eric.lingad@us.af.mil
(jonathan.marshall.4@us.af.mil, eric.lingad@us.af.mil)
 
Description
Request for Information (RFI)/Sources Sought FA4890090122:� THIS IS A SOURCES SOUGHT NOTICE FOR INFORMATION AND PLANNING PURPOSES ONLY.� The Air Combat Command, Acquisition Management Integration Center (ACC AMIC) PKBC, Hurlburt Field, FL in support of the 505th Command and Control Wing, is seeking information on how an interested contractor could provide Information Technology (IT) and Command/Control (C2) Operational Support services at the 805th CTS, also known as Shadow Operations Center � Nellis (ShoC-N). This announcement closes 4:00 p.m. CDT on Friday, 16 September 2021. �The Government is seeking industry input from all sources (small and large businesses) at this time. �Small Business concerns are highly encouraged to respond to this request in order for the Government to determine if this acquisition should be a total small business set-aside under the auspices of the Federal Acquisition Regulation (FAR) Part 19. Additionally, if an interested vendor is on a GSA or other Federal contract which encompasses the scope of this effort, include the details of the contract vehicle in the response.� The anticipated North American Industry Classification System (NAICS) for this requirement is 541990 All Other Professional, Scientific, and Technical Services with a corresponding size standard of $15M. �The Government plans to consider all information submitted in response to this Sources Sought Notice. FAR 52.215-3: (a) The Government does not intend to award a contract on the basis of this RFI or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, bid and proposal costs, of the Federal Acquisition Regulation. (b) Although ""proposal"" and ""offeror"" are used in this RFI, your response will be treated as information only.� It shall not be used as a proposal. (c) This RFI is for planning and market research purposes only and should not be considered as a request for proposals or as a solicitation to do business with the Government. Air Combat Command, Acquisition Management Integration Center (ACC AMIC) PKBC, Hurlburt Field, FL, is in the process of determining the acquisition strategy to obtain non-personal services to support 805th CTS. The 805 CTS, also known as Shadow Operations Center Nellis (ShOC-N), serves as the United States Air Force�s Joint All Domain Command and Control (JADC2) Battle Lab and provides digital infrastructure along with relevant command and control (C2) experience to enable experiments, and operationally relevant assessment of emerging technologies and procedures needed to meet warfighter requirements in JADC2 and the Advanced Battle Management System (ABMS). As such, SHoC-N requires a contractor that possesses expertise in the JADC2 environment. Due to the unique and constantly changing nature of the SHoC-N mission, the contractor must be flexible in interpreting and designing solutions to address emerging threats, systems integration, and interoperability challenges. The SHoC-N mission and associated requirements are constantly evolving to address both technological transformations and changing adversarial conditions. The contractor must be capable of providing technical support and expertise to ensure mission needs are met in accordance with Performance Work Statement. Performance will consist of a Phase-In/Transition period (length of Phase-In period is TBD), one (1) year base period, and four (4) one-year option periods.� The Government anticipates making award on or about 01 March 2023, with the Phase-In/Transition period covering 01 April � 30 April 2023, and the actual contract performance to start 1 May 2023.� The Request For Proposal (RFP) release date is to be determined.� Please note:� This is an estimated posting time frame and it is the responsibility of the interested parties to monitor SAM.gov for subsequent postings.� A draft Performance Work Statement (PWS) is posted in conjunction with this notice to provide the size, scope, and complexity of this requirement. The current contract was sourced from a competitive pool under GSA OASIS (Pool 1). The Government is seeking industry input to determine if there are adequate small business concerns that are capable of performing the follow-on requirement. A determination regarding the set-aside status for this effort has not been made. This is not a formal Request for Proposal (RFP), and no contract will result from this notice, nor does it commit the Government to any acquisition for these services. All interested parties should submit a capabilities package (please limit to no more than 50 pages total) outlining your company's key business abilities relevant to the performance of this requirement. Please submit the requested information to Capt Jonathan Marshall at jonathan.marshall.4@us.af.mil and Mr. Eric Lingad at eric.lingad@us.af.mil NLT 4:00 p.m. CDT, on Friday, 16 September 2021
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/34d1f5bffd7c4a4eb9ebc488f21da448/view)
 
Place of Performance
Address: Nellis AFB, NV 89191, USA
Zip Code: 89191
Country: USA
 
Record
SN06451248-F 20220903/220901230129 (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.