SOURCES SOUGHT
R -- Analysis Support services for the Directorate of Space Analysis (SF/S9)
- Notice Date
- 2/1/2025 2:29:19 PM
- Notice Type
- Sources Sought
- NAICS
- 541715
— Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
- Contracting Office
- FA7014 AFDW PK ANDREWS AFB MD 20762-6604 USA
- ZIP Code
- 20762-6604
- Solicitation Number
- FA701425QB003
- Response Due
- 2/14/2025 10:00:00 AM
- Archive Date
- 03/01/2025
- Point of Contact
- Eric L. Moss
- E-Mail Address
-
eric.moss.3@us.af.mil
(eric.moss.3@us.af.mil)
- Description
- Requirement Description: The United States Space Force is conducting market research to identify potential sources for Analysis Support services for the Directorate of Space Analysis (SF/S9), as outlined in the attached Performance Work Statement. The Government is in the early stages of acquisition planning, and all current activities are for market research purposes only. This is a Request for Information (RFI), not a solicitation for proposals. The information gathered will be used solely for acquisition planning. Respondents are advised that the Government will not reimburse any costs associated with responding to this announcement, and submitted information will not be returned. An IDIQ contract was awarded under SBIR A17-107 Phase III, and work is currently being performed under this contract. 1.0 REQUESTED INFORMATION 1.1 Capability Statement: Request you submit a capability statement that presents your technical capability for completing the attached Performance Work Statement. The capability statement shall at a minimum address the specific items below. 1.1.1 Approach: Describe your approach for accomplishing the Performance Work Statement. 1.1.2 Past Performance: Identify previous contracts which are relevant to the scope of the Performance Work Statement. Include contract number, period of performance, whether performance was completed as a prime or subcontract, and a summary of services provided. 1.1.3 Timeline: Attach your timeline in obtaining the required skill set(s) for contract award. This timeline should include time for any applicable transition period, clearances (if required), and any other information that would be crucial to successfully transition to contract award. 1.1.4 Page Limit: Capability Statements are limited to 15 pages in total length, single spaced, and 12-point font and accessible by either Microsoft Word or Adobe Acrobat. 1.2 Rough Order of Magnitude: Please provide a Rough Order of Magnitude (ROM) for service for this type of work and any ""Other Direct Costs"" that would be incurred e.g. travel, per diem, license costs. Please be specific in the Labor Category with the skill sets for a Firm Fixed Price structure. There is no page limit for the ROM. 1.3 Strategic Vehicles: Please provide a list of any contractual vehicles that may be utilized to fulfill this requirement including but not limited to: Small Business Innovation Research (SBIR), GSA Federal Supply Schedule Contracts, Decentralized Ordering Contracts, or any other strategic contractual vehicle that your company is a part of. There is no page limit for this submission. 1.4 Submission Instructions: Please provide your responses to this RFI to the primary POC listed in this announcement by the timeframe listed in this announcement. Additionally, please include your company's CAGE, Unique Entity ID, and Size Standard as part of your submission. Please note: Large submissions may be required to be sent via multiple e-mails. The Government recommends contacting the primary POC in this announcement to verify receipt. 1.5 Industry Discussions: The Government may choose to meet with companies who responded to this RFI to hold one-on-one discussions. Discussions would only be held to obtain further clarification of potential capability to meet the requirement. 1.6 Proposed Acquisition Strategy: The Government is contemplating a full trade off (both technical and past performance) for this acquisition. This allows the Government to trade off price for a better technical and or past performance solution in the Government's best interest. The Government would like to solicit industry feedback for this acquisition approach regarding the pros/cons that industry perceives with the acquisition approach. 1.7 Industry Feedback Regarding Requirement: While the Government is the final decision regarding the requirement, we would like to solicit industry feedback regarding the attached requirements documentation and where industry thinks that we could improve the overall quality of the product/service received by updating/clarifying our requirement.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/d1a0ce7570164f31907ca137d7277b3b/view)
- Place of Performance
- Address: JB Andrews, MD 20762, USA
- Zip Code: 20762
- Country: USA
- Zip Code: 20762
- Record
- SN07329928-F 20250203/250201230057 (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 |