SOURCES SOUGHT
R -- Air Force Drug Testing Laboratory (AFDTL) Information Technology (IT) Support Services
- Notice Date
- 12/11/2024 5:36:28 AM
- Notice Type
- Sources Sought
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- FA8052 773 ESS SAN ANTONIO TX 78236-0119 USA
- ZIP Code
- 78236-0119
- Solicitation Number
- FA805224PRE008
- Response Due
- 1/7/2025 7:00:00 AM
- Archive Date
- 01/22/2025
- Point of Contact
- Jocef Hernandez, Theresa Jackson, Phone: 5054019841
- E-Mail Address
-
jocef.hernandez.2@us.af.mil, theresa.jackson.5@us.af.mil
(jocef.hernandez.2@us.af.mil, theresa.jackson.5@us.af.mil)
- Small Business Set-Aside
- 8A 8(a) Set-Aside (FAR 19.8)
- Description
- AFICC 773 ESS/PK�Air Force Drug Testing Laboratory (AFDTL) Information Technology (IT) Support Services General Information Classification Code: R499 � SUPPORT � PROFESSIONAL: OTHER NAICS Code: 541990 � All Other Professional, Scientifc, and Technical Services THIS IS A REQUEST FOR INFORMATION (RFI)/ SOURCES SOUGHT ANNOUNCEMENT to conduct market research relative to the Air Force Drug Testing Laboratory (AFDTL) Information Technology (IT) Support Services requirement. This RFI/Sources Sought announcement is NOT a Request for Proposal (RFP) and the Government is not committed to award a contract pursuant to this announcement. The information from this RFI/Sources Sought is for planning purposes only and will assist the Government in planning its acquisition strategy and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or ultimately award a contract. General Intent The Air Force is looking to award a single contract to facilitate this requirement. This market research is being conducted to assist in determining the best acquisition strategy for the subject service. Any information regarding contract type, commercial practices, and specifications are requested and being considered for the development of the solicitation. This announcement is targeted for all qualified businesses that can perform the services as stated in the Performance Work Statement (PWS); responses from all interested parties are appreciated and accepted. Description The intended purpose is to reestablish back into one contract the two performance based non-personal services requirements to establish a base plus four-year central contract, hereafter referred to as the Contractor, capable of providing AFDTL IT Support Services. The contractor shall provide qualified contractor employees to perform information technology support, medical laboratory support, and technical services for Headquarters (HQ) AFDTL, Joint Base San Antonio (JBSA) Lackland AFB, TX. Performance shall be according to the requirements contained in this PWS. Background AFDTL has a threefold mission to detect and deter drug use by military personnel through drug testing, to report test results and support subsequent administrative and judicial proceedings, and to develop new drug detection methodologies as needed. The AFDTL is one of the six (6) Department of Defense (DoD) Laboratories supporting the DoD Drug Demand Reduction Program (DDRP). Reference DoD Instruction 1010.16 and Department of the Air Force Manual (DAFMAN) 44-197. Information Requested The AFICA 773d Enterprise Sourcing Squadron (773 ESS) is seeking responses to the questions listed below. Please provide your responses on company letterhead to the Point of Contact (POC) identified at the end of this RFI/Sources Sought. Please provide your company�s name, mailing address, Cage Code, Unique Enitty ID, Point of Contact (POC), telephone number and e-mail address. Please also provide the name of the company�s Parent Company, if applicable. Please provide your business size status (i.e. 8(a) Business Development Small Business Certification, Historically Underutilized Business Zone (HUBZone), Woman- Owned Small Business (WOSB) or Service Disabled Veteran-Owned Small Business (SDCOSB), Small Business, Large Business, etc.) under NAICS 519130. *If you are under the 8(a) program, please identify when you graduate from the program. Given the nature of the work described in the PWS, if you feel another NAICS code better fits this requirement, please identify that. Has your company had experience with this type of service, and/or at this magnitude in the last 5 years? Based on the PWS, do you have enough information to provide an accurate proposal? If not, what additional information can the Government provide to assist you in creating a more accurate proposal? Identify any factors that likely contribute risk or uncertainty to developing a contractor proposal for this proposed requirement. Please rate any factors you identify as either high or low regarding the degree of risk to the contractor. For the high risk drivers, please explain why the risk is high and suggest how the Air Force might mitigate or reduce this risk. Do any components of the PWS conflict with standard industry practice? If so, please describe. Would your company be interested in participating in this solicitation? Please provide any additional questions, comments, concerns, etc. you have concerning this proposed acquisition. Provide feedback on whether the objectives, requirements, and other information presented in the SOW are clear, achievable within the proposed period of contract, and provide suggested changes, as appropriate. Format of Responses Limit RFI/Sources Sought responses to 10, single-sided, single-spaced pages. The font for text should be Times New Roman 12-point or larger. The Responder may use oversized pages (including �foldouts�) where appropriate to contain graphic presentations. Oversized pages do not count as extra pages within the page limitations. Submitted responses should be in Microsoft Word or Adobe Acrobat format. Existing commercial documentation and product literature can also be submitted and is not subject to a page limitation. Responses must be unclassified and any proprietary information provided must be marked accordingly. To protect such data, each line or paragraph on the pages containing such data must be specifically identified and marked with a legend similar to the following: �The following contains proprietary information that (name of Responder) requests not be released to persons outside the Government, except for the purposes of review and evaluation.� Interested parties must send their responses to this RFI/Sources Sought, no later than (NLT) 0900 (9:00 a.m. Central Standard Time), 7 January 2025 to theresa.jackson.5@us.af.mil and jocef.hernandez.2@us.af.mil. Disclaimer � This notice does not obligate the Government to award a contract or otherwise reimburse the responder for information submitted as a result of this RFI. The Government reserves the right to use the information provided by any respondent for any purpose deemed necessary and legally appropriate. Information submitted will become the property of the Government. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/f006df9df6ec4886b2f85faa444af399/view)
- Place of Performance
- Address: JBSA Lackland, TX 78236, USA
- Zip Code: 78236
- Country: USA
- Record
- SN07289205-F 20241213/241211230114 (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 |