SOURCES SOUGHT
R -- CONTRACTOR LOGISTICS SUPPORT (CLS) for the F-16 MISSION TACTICS TRAINER (MTT)
- Notice Date
- 6/1/2023 8:08:24 AM
- Notice Type
- Sources Sought
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- GSA FAS AAS REGION 7 FORT WORTH TX 76102 USA
- ZIP Code
- 76102
- Solicitation Number
- FY24NGBCLSMTT
- Response Due
- 6/30/2023 12:00:00 PM
- Archive Date
- 07/15/2023
- Point of Contact
- Rafael Q. Gumbs, Phone: 2109809561, Jade Schlemmer, Phone: 2104096216
- E-Mail Address
-
rafael.gumbs@gsa.gov, jade.schlemmer@gsa.gov
(rafael.gumbs@gsa.gov, jade.schlemmer@gsa.gov)
- Description
- This notice is issued solely to conduct market research following Federal Acquisition Regulation (FAR) Part 10 and does not constitute an Invitation for Bids, Request for Proposal, or Request for Quotations. No solicitation is being issued at this time, and the Government does not assert that a solicitation will be issued.� Responses to this notice are not offers and will not be accepted by the Government to form a binding contract, nor do they affect a potential offeror's ability to respond to any future synopsis/solicitation, which may or may not follow or restrict the U.S. Government's eventual acquisition approach. Additionally, the U.S. Government is not obligated to and will not provide reimbursement for any information submitted in response to this notice. Respondents are solely responsible for all expenses associated with responding. Requirement Description/Information This is Sources Sought Notice (SSN)/Request for Information (RFI) to gain knowledge of offerors with the capability to successfully perform the requirements of the attached draft Performance Work Statement (PWS) entitled,��CONTRACTOR LOGISTICS SUPPORT (CLS) for the F-16 MISSION TACTICS TRAINER (MTT).� Projected Type of Contract:�Cost Plus Fixed Fee (CPFF) Tentative Requirement Dates: Solicitation Issue Date: On or about October 16, 2023 Anticipated Contract Award Date: January 25, 2024 Estimated Period of Performance:�One Base period of 12 months plus four (4) 12-month optional years NAICS Code:�541512, Computer Systems Design Services Small Business Size Standard:�$34.0M Product Service Code (PSC): R499 Support- Professional: Other� Location of Work: Various CONUS Locations 149 AW Kelly Field, TX 162 AW Tucson, AZ 140 AW Buckley, CO 113 WG Andrews AFB, MD 177 AW Atlantic City, NJ Homestead ARB, FL JRB Fort Worth, TX Future ANG F-16 Locations* Response Instructions: All responses shall be in Adobe Portable Document Format (PDF). Interested parties are requested to respond to this SSN-RFI, with responses to the questions in following sections below. Responses should be no more than 25 pages, to include any title pages, index, table of contents, graphs or charts. No phone calls related to this RFI will be accepted. Respond by providing the information sought not later than Friday, June 30, 2023 NLT 3:00PM EST. E-mail submissions should be submitted to rafael.gumbs@gsa,gov and jade.schlemmer@gsa.gov. The subject line of your e-mail should read: �Response to FY24NGBCLSMTT (Your Company Name)"". No hard copy or Facsimile submissions will be accepted and extraneous materials (brochures, etc.) will not be considered. Please do not submit a standard firm capability statement, it will not be considered. Your concise response should include the following information: 1. SSN-RFI FY24NGBCLSMTT 2. Company Name, Address, Contact Person Information (including telephone number and email address). 3. Unique Entity Identifier (UEI) and Cage Code. 4. Business Size and Size Standard / Classification relative to NAICS code of 541512 and PSC R499. 5. Ability to meet the requirements of the draft PWS to include: a. Understanding of the requirement b. Confirmation of ability to perform all services/tasks in draft PWS. c. Brief example of at least 2 or more same or similar services provided in the past 3 years. Include applicable contract/order numbers, annual contract value, total contract value, description of tasks performed, number of FTEs, and periods of performance. d.� Provide responses to questions supplied in the attached SSN-RFI FY24NGBCLSMTT Questions spreadsheet.� Note.� Spreadsheet will not count in the overall page count. NOTICE The Government may use other market research tools to develop and implement the most efficient and economical method of soliciting and awarding the prospective contract. This is a request for information and is used for determining the suitability of various contract vehicles to fulfill the requirements described in this request. This request for information is not a solicitation. It will not result in the award of a contract. The information provided in the RFI is subject to change and is not binding on the Government. All submissions become Government property and will not be returned. Unless advised or indicated on the responses to this RFI, all information furnished will be considered nonproprietary. Small Business Restrictions: The information gathered from this RFI will be used to determine if this requirement could be set aside for the small business socioeconomic�contracting�programs (i.e., 8(a),�HUBZone, SDVOSB, or WOSB programs) before considering a small business set-aside. Questions will not be accepted at this time. Attachments: Draft Performance Work Statement (PWS) Questions Spreadsheet
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/fd1b0136383843479973fb9829cada7c/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06701980-F 20230603/230601230118 (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 |