Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 28, 2025 SAM #8494
SOURCES SOUGHT

R -- SAF-SA Administrative Support

Notice Date
2/26/2025 2:15:42 PM
 
Notice Type
Sources Sought
 
NAICS
561110 — Office Administrative Services
 
Contracting Office
FA7014 AFDW PK ANDREWS AFB MD 20762-6604 USA
 
ZIP Code
20762-6604
 
Solicitation Number
RFI_FA7014_25_Admin_Support
 
Response Due
3/7/2025 2:00:00 PM
 
Archive Date
03/22/2025
 
Point of Contact
Katrice Corbett
 
E-Mail Address
katrice.corbett.1@us.af.mil
(katrice.corbett.1@us.af.mil)
 
Description
CAUTION: This market survey is being conducted to identify potential sources that may possess the expertise, capabilities, and experience to meet the requirements for Administration Support for Air Force Studies and Analysis office (SAF/SA) personnel. Contractors/ Institutions responding to this market research are placed on notice that participation in this survey may not ensure participation in future solicitations or contract awards. The government will not reimburse participants for any expenses associated with their participation in this survey. INSTRUCTIONS: Below is a document containing a description of SAF/SA Administration Support requirement and a Contractor Capability Survey, which allows you to provide your company�s capability. If, after reviewing these documents, you desire to participate in the market research, you should provide documentation that supports your company�s capability in meeting these requirements. Failure to provide documentation may result in the government being unable to adequately assess your capabilities. If you lack sufficient experience in a particular area, please provide details explaining how you would overcome the lack of experience/capabilities in order to perform that portion of the requirement (i.e., teaming, subcontracting, etc.) Identify any areas of work that your organization believes should be broken out exclusively for Small Business. In accordance with Federal Acquisition Regulation (FAR) 15.201(e), responses to this notice are not offers and will not be accepted by the Government to form a binding contract or agreement. The Government will not accept unsolicited proposals. The Government will not be obligated to pursue any particular alternative because of this RFI. Responses to the RFI will not be returned. Not responding to this RFI does not preclude participation in any future solicitation if one is issued. Specific responses to the approaches will not disqualify or have an impact on participation and evaluation on future solicitations, if issued. PURPOSE/DESCRIPTION The Department of Defense (DoD), United States Air Force (USAF), Air Force District of Washington (AFDW) at Joint Base Andrews is currently conducting market research seeking capabilities statements from potential sources, including, but not limited to, Small Businesses (SB), 8(a), HUBZone, Economically Disadvantaged Woman-Owned (EDWOSB), Woman- Owned (WOSB), and Service Disabled Veteran Owned Small Business (SDVOSB) that are capable of providing Administration Support. Please review, in this order, the RFI Synopsis and the draft Performance Work Statement (PWS) which are included to provide respondents a better understanding of the needs of Air Force Studies and Analysis office (SAF/SA) and the respondent's potential ability to meet the Government's requirements. The requirements for this effort include Clerical, Administrative, Secretarial, Tasker Management, and Other Tasks The contractor shall provide dedicated Senior Level Support to fulfill tasks listed in this PWS. Senior level is defined as minimum of 5 years of experience, basic knowledge of government protocols, profound and in-depth knowledge of work. A secret security clearance is required to perform these tasks. The Air Force anticipates utilizing Firm-Fixed Price (FFP) CLINs. The Air Force anticipates the ordering period will be a base year and four (4) option years. A multi-year contract allows for reduced staff manpower to initiate and award. This also allows stability with the eventual winner, i.e., able to sign employees to longer term contracts thus generating further efficiencies and best ensuring continuity in the support provided to the Government. Upon award of the option years, the same contractor is ready and able to deliver required services on day one without the need for transition time, or downtime, which again, creates efficiencies for the Government. REQUIREMENTS: The contractor shall provide all management, personnel, equipment, supplies, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform Administration Support. CONTRACTOR CAPABILITY SURVEY SAF/SA Administration Support Part I. Business Information Please provide the following business information for your company/institution and for any teaming or joint venture partners: Company/Institute Name: Address: Point of Contact: CAGE Code: Phone Number: E-mail Address: Web Page URL: Size of business pursuant to North American Industry Classification System (NAICS) Code: Based on the above NAICS Code, state whether your company is: Small Business (Yes / No) Woman Owned Small Business (Yes / No) Small Disadvantaged Business (Yes / No) 8(a) Certified (Yes / No) HUBZone Certified (Yes / No) Veteran Owned Small Business (Yes / No) Service-Disabled Veteran Small Business (Yes / No) Registered in the System for Award Management (SAM) (Yes / No) A statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership). Part II. Capability Survey Questions General Capability Questions: Describe briefly the capabilities of your facility and the nature of the goods and/or services you provide. Include a description of your staff composition and management structure. Describe your company's experience on previous projects similar in complexity to this requirement. Include contract numbers, a brief description of the work performed, period of performance, agency/organization supported, and individual point of contact (Contracting Officer or Program Manager). Describe your company�s experience working with classified data and/or within classified facilities. Include current security standings and quantity of team members with SECRET, TOP SECRET, TOP SECRET/SCI clearances. RESPONSES Interested parties are requested to submit a white paper not to exceed 5 pages (single-sided, single-spaced pages, 12- point font, and � inch margins, in Microsoft� Word). White papers which meet the desired characteristics of Administration Support (mentioned above) and include the Submission Details (also mentioned above) are due no later than 7 March 2025, 5:00 PM Eastern Standard Time. GOVERNMENT CONTACTS Questions regarding this announcement shall be submitted in writing via email to the Procuring Contracting Officer (PCO), at margaret.santos@us.af.mil and the Contract Specialist at katrice.corbett.1@us.af.mil Verbal questions will NOT be accepted. Questions will be answered by posting answers to the SAM.Gov website; accordingly, questions shall NOT contain proprietary or classified information. The Government does not guarantee that questions received after 7 March 2025; 5:00 PM Eastern Standard Time will be answered.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/bfafa642fd1443b1870f24d84c584ebd/view)
 
Place of Performance
Address: Andrews AFB, MD 20762, USA
Zip Code: 20762
Country: USA
 
Record
SN07354965-F 20250228/250226230044 (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.