Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 06, 2025 SAM #8500
SOURCES SOUGHT

R -- Headquarters Air Force Administrative Support Service for the Secretary of Defense Business Transformation Office (SAF/AM)

Notice Date
3/4/2025 7:29:43 AM
 
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
FA7014-25-R-0007-v1
 
Response Due
3/10/2025 12:00:00 PM
 
Archive Date
03/11/2025
 
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
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
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 Quote (RFQ) or a promise to issue an RFQ 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 RFQ that may be issued. 2.. OBJECTIVE The Government is seeking capabilities packages of potential sources from registered Service-Disabled Verteran Owned Small Businesses who have the experiences and capabilities to successfully recruit and retain professional services employees. 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 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 in accordance with the Performance Work Statement attached. Services include Administrative Acquisition Support, Clerical Administrative Support and Secretariat Support. 3. BACKGROUND PSC: R699 Support - Administrative: Other NAICS: 561110 - Office Administrative 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 in accordance with the attached Performance Work Statement (PWS). The intent is to award a blanket purchase agreement to five (5) capable vendors to satisfy the requirement and create a pool of vendors for call orders to be competitively selected with FAR 13 procedures with FAR 12 requirements. Specifically, this effort will require a company to provide high quality professional services personnel within 10 calendar days for a standard call order or 3 calendar days for an expedited call order. 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 BPA would only be available to support HQ Air Force and Space Force staff within the National Capital Region (NCR). Travel may be required. The Government is seeking to establish a pool of vendors via BPAs that will facilitate a streamlined acquisition process for a diverse professional support services outlined in the PWS. In this regard, the Government is soliciting information from capable contractors regarding their organizational capabilities to support the varied requirements of the Headquarters Air Force and Space Force Staff. Specifically, contractors are expected to demonstrate their ability to recruit, attract, and retain a the identified professional service categories in the PWS to fulfill requirements, thereby ensuring the effective support of Air Force and Space 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 pool of Contractors assess each Call performance work statement (PWS) and propose the appropriate service support and technical solution 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) using FAR Part 12 and FAR Part 13 procedures, if a solicitation is issued. Selected vendors will establish a BPA and respond to opportunities (call orders). The selected vendors will establish 5 years of pricing for each of the labor categories for simplified call order awards. Anticipated labor categories are included in the Performance Work Statement. Details on the qualifications for each labor category have been outlined in the Performance Work Statement (paragraph 2.4). 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 in the attached excel sheet: *DO NOT ADJUST THE SPREADSHEET FORMAT Official Company Name CAGE Code SAM.gov Unique Entity ID number Primary POC Name Primary POC Email Secondary POC Name Secondary POC Email Small Business Type in SAM.gov Security Clearance Level Section 2 � Feedback The Government seeks feedback and comments on the Draft Performance Work Statement, Draft Ordering Guide, and Draft Team Consensus Evaluation Sheet, with specific interest in written comments/feedback on the following considerations/sections: Attachment 1 Draft PWS: 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. Attachment 2 Draft Ordering Guide 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. Are the proposal turnaround timelines acceptable for a FAR 13 acquisition with FAR 12 requirements under a BPA? Attachment 4 Team Consensus Evaluation Sheet 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. Do you recommend a different methodology of the evaluation? If so, what evaluation criteria would you use, in accordance with FAR 13.106-2 procedures. Section 3 � Capability Approach a) Interested parties are requested to Identify your capabilities to fulfilling the requirements in the RFI Package. 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? What is your method to identify qualified personnel to support the required labor categories outlined in the PWS? What is your method to retain highly qualified personnel to support the requirements outlined in the PWS? Does your firm have experience in rapidly developing a high functioning staff for complex requirements in short timelines? If your company does not have the full capabilities, how would you fill any gaps? Section 4 � Responses/Submissions a) Responses/Submissions are due by 3:00 PM EST on 10 March 2025. The responses should be emailed to the Contracting Specialist, Sheryl King, at sheryl.king@us.af.mil with a subject line labeled �Sources Sought Response AFDW PKB SAF/AM; HAF; SF Support II�.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/02698aed05ea4318a1112e8518318993/view)
 
Place of Performance
Address: Washington, DC 20330, USA
Zip Code: 20330
Country: USA
 
Record
SN07360858-F 20250306/250304230050 (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.