Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 18, 2025 SAM #8453
SOURCES SOUGHT

R -- AFGSC Global Surveillance Strike Concept of Operations

Notice Date
1/16/2025 9:15:48 AM
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
FA8600 AFLCMC PK WRIGHT PATTERSON AFB OH 45433-7120 USA
 
ZIP Code
45433-7120
 
Solicitation Number
FA8600
 
Response Due
2/17/2025 8:59:00 AM
 
Archive Date
02/21/2025
 
Point of Contact
David Rohlinger
 
E-Mail Address
david.rohlinger.2@us.af.mil
(david.rohlinger.2@us.af.mil)
 
Description
Updated 16 Jan 2025 THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. This Sources Sought Synopsis (SSS) is in support of Market Research being conducted by the United States Air Force to identify potential sources. This is not a Request for Proposal (or solicitation) or an indication that a contractual commitment will exist for this requirement. The Government does not intend to award a contract on the basis of this market research. No funds are available to fund the information solicited. The Air Force Lifecycle Management Center located at Wright-Patterson Air Force Base is requesting information, pursuant to FAR PART 10, in support of Market Research to identify potential sources for the developed Air Force Global Strike Command Global Surveillance Strike (AFGSC GSS) Concept of Operations. The Government will use this information to determine the future acquisition strategy for this procurement, inclusive of the need to do an Industry Day and/or Pre-Solicitation Conference. The Government does not have the associated technical data to provide to potential sources. SCOPE: The anticipated effort is in support of planning and facilitating strategic, operational, and tactical planning workshops using the previously developed Air Force Global Strike Command Global Surveillance Strike (AFGSC GSS) Concept of Operations to further refine future basing and the Concept of Employment (CONEMP). The contractor will possess experience and knowledge of the AFGSC GSS Concept of Operations. This CONEMP will be Deliverables that include a series of workshops, analyses, and products conducted over approximately five calendar years. Planning-phased out brief summary products will be delivered, including executive-level and Subject Matter Expert-level briefings at the appropriate classification. The contractor will support leadership engagements associated with CONEMP products and outcomes, and be able to adjust the workshop development strategy as realities in programmatics change over time. The effort will deliver tailored planning material suitable for Joint wargaming and cooperative industry analysis. National Capital Region and off-site leadership engagements at Department of Defense (DoD) and partner facilities will be supported as needed to accomplish this high-priority activity. To ensure the success of this effort the contractor must possess: Familiarity with DoD and Joint staff planning Knowledge of wargaming principles and methods Low Observable experience to include; platform employment, weapons employment, tactics development, mission planning, and operational analysis Understanding of Long Range Strike capabilities and employment strategies to include the employment of Low Observable weapon systems (both current and candidate future) Familiarity with operational analysis and net assessment techniques for cost and capacity analysis. Active Top Secret clearance The proposed North American Industry Classification Systems (NAICS) Code is 541611. The Government welcomes any comments or suggestions on the appropriate NAICS code for this acquisition. The Government is interested in all businesses to include, Large Business, Small Business, Small Disadvantaged Businesses 8(a)s, Service-Disabled Veteran-Owned Small Businesses, HUBZone Businesses, and Women-Owned Small Businesses. The Government requests that interested parties respond to this notice if applicable and identify your small business status to the identified NAICS codes above (541611 and any other suggested NAICS codes). Additionally, please provide any anticipated teaming arrangements, along with a description of similar services related to Low Observable weapon systems offered to the Government 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. The contractor shall be capable of furnishing all required labor, material, facilities and equipment to accomplish the scope of this effort. The Government requests that interested parties respond to this notice in writing including details of your ability to fulfill the existing requirement (please be specific rather than simply providing generic capabilities statement). Please e-mail your response advising if the requirements stated above can be met to the following address: david.rohlinger.2@us.af.mil. This SSS is issued solely for informational and planning purposes. No funds are available to fund the information requested. The information in this notice is current as of the publication date but is subject to change and is not binding to the Government. Oral submissions of information are not acceptable. Submit the following information also: - Company Name and Address - Cage Code - Unique Identity ID Number - Company business size by NAICS code - Small Business Type (s), if applicable - Point of Contact for questions and/or clarification - Telephone Number, fax number, and email address - Web Page URL - Teaming Partners (if applicable)
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a8588857484745bdadce6fe59ff7f13d/view)
 
Place of Performance
Address: Arlington, DC, USA
Country: USA
 
Record
SN07315960-F 20250118/250116230107 (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.