Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 17, 2024 SAM #8207
SOURCES SOUGHT

R -- Human Space Flight Support III

Notice Date
5/15/2024 1:44:02 PM
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
FA4819 325 CONS PKP TYNDALL AFB FL 32403-5521 USA
 
ZIP Code
32403-5521
 
Solicitation Number
FA481924R0018
 
Response Due
6/14/2024 12:00:00 PM
 
Archive Date
06/29/2024
 
Point of Contact
Kelsey Mcwhirt, Phone: 850-283-8648, James Vaughan, Phone: 8502838644
 
E-Mail Address
kelsey.mcwhirt.1@us.af.mil, james.vaughan.6@us.af.mil
(kelsey.mcwhirt.1@us.af.mil, james.vaughan.6@us.af.mil)
 
Description
Solicitation: FA4819-24-R-0018� Notice Type: Sources Sought� Agency/Office: Air Force Space Command�� Location: 325th Contracting Squadron�� Title: Human Space Flight Support Contract III�� Contracting Office Address: 105 Mississippi Rd, Bldg. 36235 Tyndall AFB, FL 32403�� Attachments: Draft Human Space Flight Support (HSFS) Statement of Work�� Responses must be received via e-mail no later than 30 days from posting�1400 CST, 14 June 2024. All responses will be e-mailed to James.Vaughan.6@us.af.mil and Kelsey.McWhirt.1@us.af.mil� THIS IS A SOURCES SOUGHT / REQUEST FOR INFORMATION (RFI) ONLY.�� This is NOT a request for proposal. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Submission of any information to this RFI survey is purely voluntary. Government assumes no financial responsibility for any cost incurred associated to this request for capability information.� Description:�� This Sources Sought is conducted to identify firms interested in providing support for the Human Space Flight Support; 1st Air Force, Detachment 3 (1AF, Det 3) serves as a liaison between United States Space Command (USSC), 1 AF and the National Aeronautics and Space Administration (NASA) Artemis Program, Commercial Crew Program (CCP) and Soyuz Program.� The USSC Commander is the Department of Defense (DoD) Manager for Human Space Flight Support (HSFS) and 1AF is the designated Air Component for the USSC HSFS mission. The proposed is a follow-on contract to services which are currently being rendered at Patrick AFB, FL.�� Responses to this announcement are needed to help define acquisition strategy and to identify capable sources. To deliver the required support, it is anticipated that vendors will have the following:� 1. Experience in performing the tasks and/or sourcing personnel associated with, or similar to, Amphibious Ship Support as described in paragraph 3.1 of the HSFS III SOW;� �2. Experience in performing the tasks and/or sourcing personnel associated with, or similar to, Well Deck Support as described in paragraph 3.2 of the HSFS III SOW;� 3. Experience in performing the tasks and/or sourcing personnel associated with, or similar to, Diving, Salvage and Open Water Support as described in paragraph 3.3 of the HSFS III SOW;�� 4. Experience in performing the tasks and/or sourcing personnel associated with, or similar to, Astronaut Survival and Personnel Recovery Support as described in paragraph 3.4 of the HSFS III SOW;�� 5. Experience in performing the tasks and/or sourcing personnel associated with, or similar to, Astronaut Rescue and Emergency Medical Care Support as described in paragraph 3.5 of the HSFS III SOW;�� 6. Experience in performing the tasks and/or sourcing personnel associated with, or similar to, Astronaut Search and Rescue Aircraft Support as described in paragraph 3.6 of the HSFS III SOW;� �7. Experience in performing the tasks and/or sourcing personnel associated with, or similar to, Logistics Support as described in paragraph 3.7 of the HSFS III SOW;�� 8. Experience in performing the tasks and/or sourcing personnel associated with, or similar to, Strategic Planning and Execution Support as described in paragraph 3.8 of the HSFS III SOW;�� 9. Experience in performing the tasks and/or sourcing personnel associated with, or similar to, Communication Support as described in paragraph 3.9 of the HSFS III SOW.� 10. Experience in performing the tasks and/or sourcing personnel associated with, or similar to, Fire, HAZMAT, and Incident Commander Support as described in paragraph 3.10 of the HSFS III SOW.� 11. Experience in performing the tasks and/or sourcing personnel associated with, or similar to, Finance Support as described in paragraph 3.11 of the HSFS III SOW.� 12. Experience in performing the tasks and/or sourcing personnel associated with, or similar to, Administrative Support as described in paragraph 3.12 of the HSFS III SOW.� 13. Experience in performing the tasks and/or sourcing personnel associated with, or similar to, General Support as described in paragraph 3.13 of the HSFS III SOW.� 14. State if you have GSA Oasis Pool 1 or will obtain prior to proposal submission.� Purpose:� Purpose this Sources Sought notice is seeking responses from all firms that can provide the required support under the North American Industry Classification System (NAICS) Code 541611 Administrative Management and General Management Consulting Services; size standard is $24.5 Million; contract type shall be Firm Fixed Price.�� Conflict of Interests:� Conflict of interest rules apply and offerors will be required to submit mitigation plans following release of the Request for Proposal. This synopsis is encouraging responses from qualified and capable Small Businesses.�� Firms responding to this Sources Sought must be U.S. owned and must:� (1) state whether they are a small or large business based on the size standard above; (2) state if they have socioeconomic classification(s) as follows: small disadvantaged business (SDB); Section 8(a) small business; woman-owned small business (WOSB); economically-disadvantaged woman-owned small business (EDWOSB); a Historically Underutilized Business (HUB) Zone small business; veteran-owned small business (VOSB) or service-disabled veteran owned small business (SDVOSB); a historically black college or university or minority institution (HBCU/MI). Small Businesses that are in or are considering Joint Ventures or Mentor Prot�g� Agreements are encouraged to respond to the source sought. Responses from other than small businesses will be reviewed.� Responses to this source sought notice shall meet the following standards:�� Page Limitations and Section Information:�� 1. Section 1 Cover Letter: 2 Pages.� �If a table of contents is used it will not be included in the total page count; Company information - Include company name, 2 points of contact and contact information (name, address, phone number, website URL, if available, email address, and fax number), Cage Code, DUNS Number, and a short description of the company (history, experience in similar service activities/supplies, etc.� 2. Section 2 Capability Statement: Human Space Flight Support Experience 10 Pages;�� Describe your firm�s experience in performing the tasks and/or sourcing personnel associated with, or similar to paragraph 3.1 - 3.13 of the HSFS III SOW. Where your firm lacks experience in performing the tasks and/or sourcing personnel associated with, or similar to, the items above, describe your firm�s plan to overcome those shortfalls and source the required personnel.� 3. Text no smaller than 12 point;�� 4. Text included in graphics, tables, and figures can be no smaller than 9 point;�� 5. Limit any foldout pages to two per section.� Fully address Sections 1-3 as outlined above. Responses that are incomplete and or do not follow these Response Submission Instructions will not be reviewed. Electronic version of your response only in Microsoft Word compatible files.�� Note: Any prospective contractor must be registered in the System for Award Management (SAM) in order to be eligible for award. The website is https://www.sam.gov. Registration requires applicants to have a Unique Entity Identifier (UEI). Registration may take up to three weeks to process. All information contained in this sources sought announcement is preliminary, subject to modification, and is in no way binding on the Government. The Government will not pay for any information submitted in response to this request. The information requested will be used solely within the Air Force to facilitate decision making and will not be disclosed outside of the Government.� Responses must be received via e-mail no later than 1400 CST, 14 June 2024. All responses will be e-mailed to James.Vaughan.6@us.af.mil and Kelsey.McWhirt.1@us.af.mil��
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/de29d4a5a1f24d2aacef8833ecea7cfb/view)
 
Place of Performance
Address: Patrick AFB, FL 32925, USA
Zip Code: 32925
Country: USA
 
Record
SN07065877-F 20240517/240515230053 (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.