SOURCES SOUGHT
D -- Comprehensive Cost and Requirements (CCaR) System Support
- Notice Date
- 1/6/2025 7:56:41 AM
- Notice Type
- Sources Sought
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- FA7014 AFDW PK ANDREWS AFB MD 20762-6604 USA
- ZIP Code
- 20762-6604
- Solicitation Number
- FY25_RFI_CCAR
- Response Due
- 1/30/2025 2:00:00 PM
- Archive Date
- 01/30/2025
- Point of Contact
- Ashley Raymond, Kenya Turner
- E-Mail Address
-
ashley.raymond.2@us.af.mil, kenya.turner@us.af.mil
(ashley.raymond.2@us.af.mil, kenya.turner@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. This Sources Sought Synopsis is in support of Market Research being conducted by the Air Force District of Washington Contracting Directorate to identify potential Comprehensive Cost and Requirements (CCaR) System Support. The purpose of this Sources Sought is to determine if this effort can be competitive or a Small Business Set-Aside. The proposed North American Industry Classification Systems (NAICS) Code is 541511 which have a corresponding Size Standard of $34M. The Government will use this information to determine the best acquisition strategy for this procurement. The Government is interested in all business sizes. The government requests that interested parties respond to this notice if applicable and identify your small business status to the identified NAICS code. Additionally, please provide any anticipated teaming arrangements, along with a description of similar services offered to the Government and to commercial customers for the past three years. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. This service will be conducted at the Pentagon, 1670 Air Force Pentagon, Washington, DC 20330-1670. The anticipated duration of this acquisition is a base period of 12 months, plus (4) 12 month option periods. The estimated award date is September 2025 (FY25). Interested parties should review the attached Sources Sought. If your company is interested, please submit your capabilities brief. Please include a point of contact from your company to field any potential questions. Disclaimer: This SSS is issued solely for informational and planning purposes. It does not constitute a solicitation (Request for Proposal or Request for Quotations) or a promise to issue a solicitation in the future.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/2cf54edfb8fa44a799bf5ce7c7ed1c01/view)
- Place of Performance
- Address: Washington, DC 20330, USA
- Zip Code: 20330
- Country: USA
- Zip Code: 20330
- Record
- SN07306148-F 20250108/250106230116 (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 |