Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 01, 2024 SAM #8222
SOURCES SOUGHT

R -- Advisory and Assistance Services

Notice Date
5/30/2024 3:38:41 PM
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
FP2501 US SPACE FORCE SPRCO KIRTLAND AFB NM 87117-5776 USA
 
ZIP Code
87117-5776
 
Solicitation Number
FA2448-24-I-B001
 
Response Due
6/14/2024 2:00:00 PM
 
Archive Date
06/29/2024
 
Point of Contact
Tyler Breedlove, Kevin J. Edmond
 
E-Mail Address
Tyler.Breedlove.1@spaceforce.mil, Kevin.Edmond@SpaceForce.Mil
(Tyler.Breedlove.1@spaceforce.mil, Kevin.Edmond@SpaceForce.Mil)
 
Small Business Set-Aside
8A 8(a) Set-Aside (FAR 19.8)
 
Description
NOTE: THIS IS NOT A SOLICITATION FOR PROPOSALS. THIS IS A SOURCES SOUGHT NOTICE ONLY. This source sought notice is for planning and informational purposes only and shall NOT be considered as a Request for Proposal (RFP) or as an obligation on the part of the Government to acquire any products or services. The Government will NOT be responsible for any Contractor costs incurred in responding to this source sought notice or furnishing the requested information, nor the Government's use of such information. The Government reserves the right to reject, in whole or in part, any Contractor's input resulting from this source sought notice. No contract will be awarded as a result of this announcement. Pursuant to Federal Acquisition Regulations (FAR) 15.201(e), responses to this sources sought notice are not offers and cannot be accepted by the Government to form a binding contract. 1.0 Purpose The United States Space Force Rapid Capabilities Office (SpRCO) is conducting market research in accordance with Federal Acquisition Regulation (FAR) Part 10, to determine the availability of qualified, experienced, and interested potential 8(a)vendors, as defined in FAR Part 19. SpRCO seeks information from potential sources capable of providing support for program management, business, acquisition, logistics, engineering, costing, scheduling and finance related activities to include acquisition policy and program documentation; program analysis; acquisition logistics management support; financial management; engineering; training support; and testing support. SpRCO seeks a vendor who can align itself to support the entire division with an efficient mix of personnel utilizing an effective combination of experience. The Government requires a vendor who can provide an adaptable, flexible team structure that is best suited to accomplishing both planned and emergent tasks. SpRCO emphasis is on a vendor organization structure that maximizes productivity, efficiency, and accountability. The successful vendor will be required to execute a scope of the work that provides for high quality, timely, and well-integrated support services by incorporating the proper labor category mix and demonstrating the most effective use of personnel. The draft Performance Work Statement (Attachment 1) outlines the scope of the requirement.� The Contractor�s assigned personnel shall have TOP SECRET security clearance with eligibility for access to Sensitive Compartmented Information (SCI) and have previous experience working Special Access Programs (SAPs). The anticipated Period of Performance will consist of a base year (12 month) contract, and four one-year (12 month) option periods beginning in third quarter Fiscal Year 25. Options may or may not be exercised. 2.0 Background SpRCO is one of three acquisition organizations in the Space Force acquisition ecosystem and charged with rapidly delivering first-of-their-kind operational space capabilities that protect space assets and defend joint forces from space-enabled attack. 3.0 Responses Interested 8(a)firms are invited to respond to this source sought notice. Vendors possessing the requisite skills, resources, and capabilities necessary to perform the stated PWS requirements are invited to respond to this source sought notice via submission of an executive summary of no more than 10 pages in length on 8 � x 11 in paper, using 12-point Times New Roman font, describing product summary, complete technical support capabilities, and training and support capabilities. All responses must include the following information: Company name, address, email, telephone number, point(s) of contact; Commercial and Government Entity (CAGE) Code and Data Universal Numbering System (DUNS) number; Small business type (veteran-owned, service-disabled veteran-owned, women-owned, etc. pursuant to North American Industry Classification System (NAICS) code 541330); List of current contracts with United States Air Force and Space Force (if applicable); and White paper providing capabilities. The vendor must articulate their strategy to staffing 85 plus professional service FTE prior to the start of the PoP (February 2025) Relevant past performance with supporting DoD and/or United States Air Force and Space Force acquisition program management offices (please identify the North American Industry Classification System [NAICS] code the work was performed under; and the contract type [i.e. FFP, CPFF, T&M] used by the customer to acquire the cited work); Number of calendar days required to develop a responsive proposal; and� Identify any unique requirements to perform described work outlined in the PWS. The capability statement must state that the organization has established TOP SECRET security clearance with eligibility for access to Sensitive Compartmented Information (SCI) Please do not submit proposals at this time.� The Government is only seeking information on sources for market research to determine the availability of qualified, experienced, and interested potential 8(a) sources, as defined in FAR 19.502.� Please be advised that any proprietary information must be marked as such on a page-by-page basis.� The Government will not assume that any of the information provided by a respondent is proprietary unless it is conspicuously marked on a page-by-page basis.� Moreover, the Government does not assume any duty to contact a respondent and inquire whether any unmarked information submitted in response to this RFI is proprietary. �The Government will not acknowledge receipt of responses. Availability of any formal solicitation will be announced separately.� Submittals will not be returned to the sender.� Respondents will not be notified of the results of the evaluation. Responses should be received no later than 15:90 p.m. Eastern Time, 14 June 2024. Responses shall be submitted electronically via e-mail or Safe Access File Exchange (SAFE) and all attachments must be in Microsoft Office compatible format or searchable (non-scanned) PDF compatible format.� Emailed submissions shall be submitted to the Contract Specialist, Tyler Breedlove at Tyler.Breedlove.1@spaceforce.mil and cc the Contracting Officer, Kevin Edmond at Kevin.Edmond@SpaceForce.mil with the subject line FA2448-24-I-B001 SpRCO Support Services RFI. Responses shall be no more than ten (10) pages, to include the cover letter and contact information. Submissions shall be single-spaced, 8.5 x 11 paper, 1 inch margin, and no smaller than 12-point type. Telephonic inquires or replies will not be entertained. 4.0 Questions Questions regarding this announcement shall be submitted only in written format by e-mail to the Contract Specialist, Tyler Breedlove at Tyler.Breedlove.1@spaceforce.mil and cc the Contracting Officer, Kevin Edmond at Kevin.Edmond@SpaceForce.mil with the below subject line.� Verbal questions will NOT be accepted.� Questions shall NOT contain proprietary or classified information.�� � �Sources Sought Notice - FA2448-24-I-B001 SpRCO Support Services Contract Questions� This sources sought notice does NOT constitute an RFP nor a promise to issue an RFP in the future.� This sources sought notice does not commit the Government to contract for any supply or service.� Further, the Government is not seeking proposals at this time and will not accept unsolicited proposals.� Respondents are advised the Government will not pay for any information or administrative costs incurred in response to this sources sought notice.� The information provided in the sources sought notice is subject to change and is not binding on the Government.� The Government has not made a commitment to procure any of the items discussed and the release of this sources sought notice should not be construed as a commitment or as authorization to incur cost for which reimbursement would be required or sought.� All submissions become Government property and will not be returned.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b8a645ebfff647718b7eb4921886f032/view)
 
Place of Performance
Address: Kirtland AFB, NM 87117, USA
Zip Code: 87117
Country: USA
 
Record
SN07081742-F 20240601/240530230101 (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.