SOURCES SOUGHT
R -- Headquarters Air Force (HAF) Support Services to the Secretary of the Air Force Office of Business Transformation (SAF/MG)
- Notice Date
- 1/6/2025 11:53:24 AM
- Notice Type
- Sources Sought
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- FA7014 AFDW PK ANDREWS AFB MD 20762-6604 USA
- ZIP Code
- 20762-6604
- Solicitation Number
- FA7014-25-R-0007
- Response Due
- 2/7/2025 12:00:00 PM
- Archive Date
- 02/07/2025
- Point of Contact
- Tyler Bender, Sheryl King
- E-Mail Address
-
tyler.bender.2@us.af.mil, sheryl.king@us.af.mil
(tyler.bender.2@us.af.mil, sheryl.king@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- 1. PURPOSE THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes � it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. Further, the Government is not seeking proposals at this time and will not accept unsolicited proposals. Vendors are advised that the Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party�s expense. Not responding to this RFI does not preclude participation in any future RFP that may be issued. 2. OBJECTIVE SAF/AM is seeking capabilities packages of potential sources from small businesses, and socioeconomic concerns who have the experiences and capabilities to successfully recruit and retain professional services employees. From the current market research, the Government anticipates this potential requirement will be fulfilled via total small business set-aside, if solicited. This sources sought synopsis/RFI is published for market research purposes only, to identify potential sources capable of performing contractual services that provide support to a wide range of professional services to the Secretary of the Air Force Office of Administration and Management (SAF/AM), Headquarters Air Force (HAF) and Headquarters US Space Force (USSF) within the Pentagon. 3. BACKGROUND PSC: R499 Professional Services � Management Advisory Services NAICS: 541611� Administrative Management and General Management Consulting Services Place of Performance: The Pentagon � Washington, VA The Contractor must provide non-personal services for support services to the SAF/AM, HAF and USSF within the Pentagon. The intent is to award a multiple award indefinite delivery vehicle (IDV) to satisfy this requirement. Specifically, this effort will require a company to provide high quality professional services personnel within 10-14 days of the request via the awarded IDV. The services performed will likely be on-site in support of the DAF�s most senior personnel. Telework options would be considered on a case-by-case basis. Contractors should consider if they can recruit and retain high quality individuals with minimal turnover. This IDV would only be available to support HQ Air Force staff within the National Capital Region (NCR). Travel may be required. The Government is seeking to establish a comprehensive contractual vehicle that will facilitate a streamlined acquisition process for a diverse array of professional support services. In this regard, the Government is soliciting information from capable contractors regarding their organizational capabilities and recommended contracting vehicles to support the varied requirements of the Headquarters Air Force Staff. Specifically, contractors are expected to demonstrate their ability to recruit, attract, and retain a broad spectrum of personnel to fulfill a wide range of professional services, thereby ensuring the effective support of Air Force operations. The Contractor will be responsible for oversight over all employees under this Performance Based Service Acquisition. The intent is to have the successful Contractor assess each Call/Task Order�s Statement of Objectives (SOO) and propose the appropriate service support and technical solution/performance work statement (PWS) to complete the tasks identified. The Contractor will be responsible for the management and oversight of all Contract Employees throughout the performance of the contract. The Government anticipates executing these requirements with an Ordering Vehicle (BPA or IDIQ) using FAR Part 8.4, FAR Part 12, or FAR Part 13 procedures, if a solicitation is issued. 4. INSTRUCTIONS AND REPSONSE GUIDELINES Interested parties are requested to respond to this RFI with a capability statement in support of the sections below. Section 1 � Administrative Information Provide administrative information including the following as a minimum: Name, mailing address, phone number, and e-mail of designated point of contact. Identify the respondent�s CAGE code and DUNS number. Proprietary information must be clearly marked as such. Small Business/Socio-Economic status of respondent, if any, (i.e. small business, small disadvantaged business, 8(a) small business, service-disabled veteran-owned small business, HUBZone small business, woman-owned small business, and economically-disadvantaged women-owned small business). Security Clearance Level Teaming Partner and Mentor (If in DoD Mentor Prot�g� Program) Section 2 � Statements and Questions for the Vendor The Government seeks feedback and comments on the objective and background in general, with specific interest in written comments/feedback on the following considerations/sections: Based on industry experience with similar contracts, is the objective consistent with this type of effort or are there additional requirements the Government could include to ensure optimal performance of the contract? Identify any areas where interested parties believe a potential risk exists or will present itself by fulfilling the terms of the requirement. Is there any area where interested parties believe the Government could improve the stated requirements in a clear and unambiguous manner? If so, please identify them and provide recommended language. What contract vehicle, contract type, would you recommend for this effort? Is there another NAICS Code that you think would be best suited for this effort? If so, please identify the NAICS and why you deem it more appropriate. Section 3 � Capability Approach a) Interested parties are requested to Identify your capabilities to fulfilling the requirements in the objective and background. Include examples of relevant experience (i.e., customer, period of performance, contract type, contract value, description of work performed relevant to the objective). b) Within the capabilities approach, please answer the following questions: Does your firm have experience in supporting senior executives, particularly General Offices, members of the Senior Executive Services (SES), and/or C-Suite executives in industry? Method to identify qualified personnel to support a diverse set of required skills. Method to retain highly qualified personnel to support a diverse array of services. Does your firm have experience in rapidly developing a high functioning staff for complex requirements in short timelines? To establish an ordering vehicle, what evaluation criteria do you recommend? At the task order/call order level, what evaluation criteria do you recommend? What is a fair amount of time to request a proposal once an ordering vehicle is established? 10 days? 15 days? 30 days? Should there be off ramping? If so, what criteria do you recommend? What do you recommend as the maximum number of contractor holders for this effort? If your company does not have the full capabilities, how would you fill any gaps? Had your company ever proposed to a SOO and provided a contractor created PWS? Any lessons learned or recommendations? If not, does your company have the capability to create a PWS in response to a SOO? Section 4 � Responses/Submissions a) Responses/Submissions are due by 3:00 PM EST on 07 February 2025. The responses should be emailed to the Contracting Officer, Tyler Bender, at, tyler.bender.2@us.af.mil and Contract Specialist, Sheryl King at, sheryl.king.us.af.mil with a subject line labeled �Sources Sought Response AFDW PKB SAF/MG; HAF; SF Support�
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/b2708f0b7cec4598b942cfa3d28339c3/view)
- Place of Performance
- Address: DC 20330, USA
- Zip Code: 20330
- Country: USA
- Zip Code: 20330
- Record
- SN07306169-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 |