Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 24, 2023 SAM #7759
SOURCES SOUGHT

R -- Comprehensive Cost and Requirements (CCaR)

Notice Date
2/22/2023 9:46:25 AM
 
Notice Type
Sources Sought
 
NAICS
513210 —
 
Contracting Office
FA8052 773 ESS SAN ANTONIO TX 78236-0119 USA
 
ZIP Code
78236-0119
 
Solicitation Number
FA8052-SS-0001
 
Response Due
3/8/2023 12:00:00 PM
 
Archive Date
03/09/2023
 
Point of Contact
Theresa Jackson, Phone: 5054019841, Kyle Zinnel
 
E-Mail Address
theresa.jackson.5@us.af.mil, kyle.zinnel.1@us.af.mil
(theresa.jackson.5@us.af.mil, kyle.zinnel.1@us.af.mil)
 
Description
AFICC 773 ESS/PK Comprehensive Cost and Requirements (CCaR) General Information � Classification Code: R499 � SUPPORT-PROFESSIONAL: OTHER NAICS Code: 513210 �� �Software Publishers THIS IS A SOURCES SOUGHT ANNOUNCEMENT to conduct market research relative to the Comprehensive Cost and Requirements (CCaR) requirement. �This SOURCES SOUGHT announcement is NOT a Request for Proposal (RFP) and the Government is not committed to award a contract pursuant to this announcement.� The information from this SOURCES SOUGHT is for planning purposes only and will assist the Government in planning its acquisition strategy and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or ultimately award a contract.� General Intent The Air Force is looking to award a single contract to facilitate this requirement.� This market research is being conducted to assist in determining the best acquisition strategy for the subject service.� Any information regarding contract type, commercial practices, and specifications are requested and being considered for the development of the solicitation. This announcement is targeted for all qualified businesses that can perform the services as stated in the Performance Work Statement (PWS); responses from all interested parties are appreciated and accepted. The contracted services are for a Period of Performance of: Base period: 30 June 2023 � 01 July 2024 Option Year 1: 30 June 2024 � 01 July 2025 Option Year 2: 30 June 2025 � 01 July 2026 Option Year 3: 30 June 2026 � 01 July 2027 Option Year 4: 30 June 2027 � 01 July 2028 Additional requirements are described in the attached Draft Performance Work Statement (PWS). Please note that this PWS is in DRAFT form and actual tasks required may change prior to solicitation. Description This is a non-personal services contract to provide CCaR System Sustainment and Support Services to Air Force Medical Readiness Agency (AFMRA)/SG5, located at the Defense Health Headquarters (DHHQ), Falls Church, VA.� The Contractor shall provide on-site services to AFMRA/SG5 staff, providing one Full Time Equivalent (FTE).� In rendering these services, outputs may take the form of information, perspective and opinions, alternatives courses of action(s), analyses, evaluations, recommendations, reports, training and/or service to complement the Government in accomplishing its mission.� The primary responsibilities shall be to configure and sustain PMRT applications to include but not limited to CCaR, the Data Access Program Reporting (DAPR) tool, the Management Acquisition Reporting (MAR) application and the Enterprise Analytics (EA) tool.� The Contractor shall provide personnel, supervision, annual user licensing, training, and other items and non-personal services necessary to perform CCaR Sustainment and Support Services as defined in this PWS except for those items specified as government furnished property and services. The Contractor shall perform to the standards in this contract. Information Requested The AFICA 773d Enterprise Sourcing Squadron (773 ESS) is seeking responses to the questions listed below.� Please provide your responses on company letterhead to the Point of Contact (POC) identified at the end of this SOURCES SOUGHT.� Please provide your Company name, address, point of contact (POC), telephone number, e-mail address, CAGE Code, NAICS code, UEI Code, and GSA schedules held..� Please also provide the name of the company�s Parent Company, if applicable. Please provide your business size status (i.e. 8(a) Business Development Small Business Certification, Historically Underutilized Business Zone (HUBZone), Woman- Owned Small Business (WOSB) or Service Disabled Veteran-Owned Small Business (SDCOSB), Small Business, Large Business, etc.) under NAICS 513210� *If you are under the 8(a) program, please identify when you graduate from the program. Given the nature of the work described in the PWS, if you feel another NAICS code better fits this requirement, please identify that. Has your company had experience with this type of service, and/or at this magnitude in the last 5 years? Based on the PWS, do you have enough information to provide an accurate proposal?� If not, what additional information can the Government provide to assist you in creating a more accurate proposal? �Identify any factors that likely contribute risk or uncertainty to developing a contractor proposal for this proposed requirement.� Please rate any factors you identify as either high or low regarding the degree of risk to the contractor.� For the high risk drivers, please explain why the risk is high and suggest how the Air Force might mitigate or reduce this risk. Do any components of the PWS conflict with standard industry practice?� If so, please describe. Would your company be interested in participating in this solicitation? Please provide any additional questions, comments, concerns, etc. you have concerning this proposed acquisition.� Provide feedback on whether the objectives, requirements, and other information presented in the PWS are clear, achievable within the proposed period of contract, and provide suggested changes, as appropriate.� Responses If your company has an interest in submitting a Capability Statement on the tasks described above, please respond no later than 2:00 PM Central Time 08 March 2023. Any questions must be submitted by 2:00 PM Central Time 01 March 2023. Please provide your questions (if any) or Capability Statement to Theresa Jackson, Contract Specialist, theresa.jackson.5@us.af.mil and Kyle Zinnel, Contracting Officer, kyle.zinnel.1@us.af.mil. Please use no more than 5 type-written pages using a 10 type font. DISCLAIMER: This notice does not obligate the Government to award a contract or otherwise reimburse the responder for information submitted as a result of this RFI.� The Government reserves the right to use the information provided by any respondent for any purpose deemed necessary and legally appropriate.� Information submitted will become the property of the Government.� The Government reserves the right to use any non-proprietary technical information in any resultant solicitation.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/5ddb715de9224d8f9b25eeabb1dea8c7/view)
 
Place of Performance
Address: Falls Church, VA 22042, USA
Zip Code: 22042
Country: USA
 
Record
SN06598836-F 20230224/230222230120 (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.