Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 21, 2023 SAM #7968
SOURCES SOUGHT

70 -- Flight Operations Management System

Notice Date
9/19/2023 3:40:24 PM
 
Notice Type
Sources Sought
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
W6QM MICC-FT BELVOIR FORT BELVOIR VA 22060-5116 USA
 
ZIP Code
22060-5116
 
Solicitation Number
015338
 
Response Due
9/29/2023 9:00:00 AM
 
Archive Date
10/14/2023
 
Point of Contact
Lisa Lusk, Kenneth L. Lutes
 
E-Mail Address
lisa.l.lusk.civ@army.mil, kenneth.l.lutes.civ@army.mil
(lisa.l.lusk.civ@army.mil, kenneth.l.lutes.civ@army.mil)
 
Description
SOURCES SOUGHT SYNOPSIS THIS IS A Sources Sought Notice ONLY.� The U.S. Government desires to procure full-service Flight Operations Management software providing scheduling and flight management support, streamlined communication services, and encrypted messaging on a small business set-aside basis, provided 2 or more qualified small businesses respond to this sources sought synopsis with information sufficient to support a set-aside.� Be advised that the U.S. Government will not be able to set aside this requirement if 2 or more small businesses do not respond with information to support the set-aside.� We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price. This notice is issued solely for information and planning purposes � it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future.� This notice does not commit the U.S. Government to contract for any supply or service. �Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. �The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder.� Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. �If a solicitation is released, it will be synopsized on the Governmentwide Point of Entry. �It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement. The anticipated NAICS code is: 541519, Other Computer Related Services with a size standard of $34M. The capability packages for this sources sought market survey are not expected to be proposals, but rather statements regarding the company�s existing experience in relation to the areas specified in the PWS.� Capability packages must not exceed 10 pages (8x11 inches), not including pictures and brochures and must be submitted electronically. Format of submissions shall be in accordance with outline provided above.� Font shall be 12 pitch with one inch borders.� The contractor shall provide The United States Army Priority Air Transport (USAPAT) Battalion flight department software supporting 6x unit aircraft, approximately 90 users, and associated flight operations. The software and support will allow users and dispatchers to run preliminary flight planning, crew/trip scheduling, scheduling toolkit, training, flight logs, and the report writer function. The software must provide real time flight tracking, must fully integrate with the ForeFlight flight planning application, and will allow secure and encrypted direct messaging capabilities, utilizing a modernized user interface and software system. Attached is the draft Performance Work Statement (PWS). A Firm Fixed Price (FFP) contract is anticipated. Limitations on subcontracting and nonmanufacturer rule do not apply to small business set-asides for contracts at or below the Simplified Acquisition Threshold (SAT). It does apply to 8(a), HUBZone, SDVOSB, EDWOSB, and WOSB set-asides regardless of the dollar value of the award. Small business contractors awarded contracts above the SAT are required to comply with Federal Acquisition Regulation (FAR) 52.219-14, Limitations on Subcontracting when utilizing subcontractors. The penalty for non-compliance is the greater of (A) $500K or (B) the dollar amount expended, in excess of permitted levels. Responses to this Sources Sought Notice shall be e-mailed to the Contract Specialist, Lisa Lusk, at lisa.l.lusk.civ@army.mil and the Contracting Officer, Kenneth Lutes, Kenneth.l.lutes.civ@army.mil no later than 29 September 2023 at 12:00 p.m. ET. In response to this sources sought, please provide: 1.� Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. 2.� Identify whether your firm is interested in competing for this requirement as a prime contractor or not.� Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 3.� Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination.� 4.� Information to help determine if the requirement is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. 5.� Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns. 6.� Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition.� Please contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@army.mil or 210-466-2269, if you believe that this action is unreasonably restricting competition.� Include the subject of the acquisition, this announcement, and the MICC POC information from the notice.� Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 7.� Recommendations to improve the approach/specifications to acquiring the identified items/services.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ead2200622a74c7aa38b5619bbec15f6/view)
 
Place of Performance
Address: JB Andrews, MD 20762, USA
Zip Code: 20762
Country: USA
 
Record
SN06837761-F 20230921/230919230058 (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.