SOURCES SOUGHT
R -- U.S. Air Force SBIR/STTR Commercialization Readiness Program (CRP) Program Support (AF SBIR STTR CRP Program Support)
- Notice Date
- 11/5/2024 3:00:58 PM
- Notice Type
- Sources Sought
- NAICS
- 541715
— Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
- Contracting Office
- GSA FAS AAS REGION 5 CHICAGO IL 60604 USA
- ZIP Code
- 60604
- Solicitation Number
- 47QFLA18K0047
- Response Due
- 11/12/2024 5:00:00 AM
- Archive Date
- 11/27/2024
- Point of Contact
- James J Franey, Phone: 6182065213, Matthew Huber, Phone: 5136597568
- E-Mail Address
-
james.franey@gsa.gov, matthew.huber@gsa.gov
(james.franey@gsa.gov, matthew.huber@gsa.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Sources Sought Synopsis/Intent to Sole Source �by U.S. General Services Administration, on behalf of Client Agency: U.S. Air Force (USAF) Client Program: U.S. Air Force Small Business Innovation Research / Small Business Technology Transfer (US AF SBIR/STTR) Project Title: U.S. Air Force SBIR/STTR Commercialization Readiness Program (CRP) Program Support (AF SBIR STTR CRP Program Support) ����������� This is strictly for market research purposes and not a solicitation announcement. The U.S. General Services Administration (GSA) is performing ""market search"" for businesses in preparation of a contract extension or possible new contract vehicle that will not exceed one year. If no capable contractor is determined to be responsive to this notice, it is the Government�s intention to extend the existing contract 47QFLA19F0076 for the USAF.� This requirement was previously solicited 47QFLA19Q0012 - Migrated (ID05180056) - Small Business Innovation Research Program Management Support. The Acquistion ID 47QFLA18K0047 - Small Business Innovation Research Program Management Support. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and technical capability of qualified business sources; (2) whether they are small businesses; HUBZone small businesses; service-disabled; veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged; (3) the availability of business sources under various strategic sourcing vehicles; and (4) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside or a strategic sourcing vehicle is possible. The North American Industry Classification System (NAICS) code for determining small business status under this requirement is 541715 Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology) with a size standard of 1,000 employees. This requirement supports AFWERX Program Management Office (PMO) in carrying out its mission to increase participation to the maximum practicable extent in AF acquisitions and the transfer/transition of these technologies to the Warfighter and the commercial sector. The scope of this contract effort is to provide oversight and direction to Research, Development, Test and Evaluation (RDT&E) projects implemented under all AFWERX Program divisions to accomplish its mission. This contract will support current and future requirements of all DAF technology, transfer, transition programs and initiatives to engage the industrial base to quickly and agilely support the Warfighter. The deliverables include a broad range of program and technical services to assist the PMO in planning, implementing, managing, and reporting critical Congressional-mandated DAF functions to AF senior leadership, OSD leadership, and to Congress. The Government anticipates extending the single award standalone contract, however, should a capable contractor be identified through this effort, the resultant contract would consist of a Firm Fixed Price (FFP) Labor CLIN and two Time and Materials cost reimbursement CLINS. The cost reimbursement CLINs will be for Other than Direct Cost and Travel. The contract will have a base period of six months and two (2) three-month option periods and an estimated maximum value of approximately $13.2 million. The incumbent to this requirement is Peerless Technology Corporation. The requirement expires on December 8, 2025. To help determine if this potential requirement may be set-aside for small business concerns, under the range of potential acquisition approaches the government may pursue, the government is seeking input from the small business community regarding their interest and capability in performing the tasks reflected in the attached draft PWS, as well as their business� availability to perform under various strategic sourcing solutions. The Government will review qualifications based on the vendor�s responses with specific emphasis on the vendor�s ability to perform the Scope of Work described in the draft PWS. Information submitted in response to this notice is used for internal market research purposes only, and no feedback will be offered to the entities that submit capability statements. To assist GSA in making a determination regarding the level of participation by small business in any subsequent procurement that may result from this Sources Sought, you are also encouraged to provide information regarding your plans to use joint venturing (JV) or partnering. Please outline how you would envision your company's areas of expertise and those of any proposed JV/partner would be combined to meet the specific requirements contained in this announcement. If no responsible capability statements are received by the required due date, GSA intends to negotiate on a Sole Source Basis under the authority of FAR 8.405-6(a)(1)(B) to the incumbent contractor on the predecessor contract. Submission Instructions and Capability Information The respondent is required to submit its technical capabilities statement via email to James Franey, Contracting Officer at james.franey@gsa.gov and Matthew Huber Project Manager at matthew.huber@gsa.gov no later than 0800 Eastern Time 11/12/2024. No late capabilities statements will be considered. No extensions to this notice will be granted.� Only complete responses will be reviewed for capability determination. The respondent shall, at a minimum, address the following questions regarding its Company Profile and Capability Information.� It is recommended that the respondent use the template below.� Company Profile Company name and address; Affiliate information: parent company, joint venture partners, and potential teaming partners; NAICS Code 541715 (Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)) with a size standard of 1,000 employees. Two points of contact (names, titles, phone numbers and email addresses); Unique Entity Identifier (UEI) number and CAGE Code, as registered in the System for Award Management (SAM) at http://www.sam.gov/: Small Business designation/status under NAICS Code 541715 (must correlate with SAM registration): _____ Small business������ _____� HUBZone������� _____ WOSB _____ 8(a)������������������������������������������������������������ _____ VOSB _____ SDVOSB��������������������������������������������������������������� ����������������������������� _____ Small Disadvantaged Business GSA and other Multi-Agency Contracts (MACs) held associated with NAICS Code 541715: _____ None _____ GSA OASIS; Contract #_____���� Vendor Pool #_____ _____ GSA FSS; Contract #s_____����� SIN #s _____���� ����������������������������������������������������������������������������������������� _____ Any other MAC contracts held; Contract #s_____����� MAC vehicle _____ Minimum Requirements to Capability Information�������� Specific areas to be addressed in your technical capability packages are as follows (reference the attached Draft PWS for additional information): 1. SBIR/STTR Proposal Evaluations Program: Description of your company�s technical capability and depth of knowledge and understanding to provide support similar to the PWS requirements with the level of complexity not typically found in other agency�s SBIR/STTR Program offerings with particular emphasis on Congressionally mandated requirements of the Program including, but not limited to, Due Diligence. 2. Description of the company�s commercial solution offering with an existing customer base supporting FAR 10.002(b) to determine if commercial products, services, or non-developmental items are available to meet our need is readily available or if the solution can be easily and simply modified to meet our need. 3. The Government would like the offerors to utilize, to the maximum extent possible, commercially available off the shelf (COTS) solutions. Please provide details on the proposed COTS solution architecture, security, innovation in the design, how modular and customizable the software is and whether some of that customization can be performed using no code/low code functionality with government provided resources. 4.� Details on current use cases for developed integrations (API) to other required systems or data repositories.� Additionally, please site examples where you were not successful in integrating external repositories, and how did you resolve?� 5. Description of automated capabilities within the SBIR/STTR evaluation tool that helps reduce user touchpoints and overall Government workload. Additional Capability Comments (use as needed):���������� ______________________________________________________________________ Sources Sought Synopsis Notice Disclosures This is not a request for proposal. It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. This Sources Sought/Request for Information is in support of AFWERX. The purpose is to identify eligible and interested contractors that can aid in developing an automated, online system of integrated capabilities to support the complex DAF SBIR/STTR process. This announcement is not to be interpreted as a commitment by the Government that a procurement action will be issued. This notice shall not be construed as a Request for Proposal or as an obligation on part of the Government. No entitlement to payment will arise due to the submission of contractor information. Any information submitted by companies to this Sources Sought/Request for Information shall be voluntary.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/c5b5c751b9de42c0b663e82e4e3e4da6/view)
- Place of Performance
- Address: Wright Patterson AFB, OH 45433, USA
- Zip Code: 45433
- Country: USA
- Zip Code: 45433
- Record
- SN07257728-F 20241107/241105230106 (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 |