SOURCES SOUGHT
R -- USAFA Admissions Strategic Outreach Services
- Notice Date
- 4/16/2025 3:29:52 PM
- Notice Type
- Sources Sought
- NAICS
- 611710
— Educational Support Services
- Contracting Office
- FA7000 10 CONS LGC USAF ACADEMY CO 80840-2303 USA
- ZIP Code
- 80840-2303
- Solicitation Number
- FA7000USAFAAdmissionsOutreachRFI
- Response Due
- 4/25/2025 1:00:00 PM
- Archive Date
- 05/10/2025
- Point of Contact
- John Perry, Phone: 7193337204, April Delobel, Phone: 7193514413
- E-Mail Address
-
john.perry.33@us.af.mil, april.delobel.1@us.af.mil
(john.perry.33@us.af.mil, april.delobel.1@us.af.mil)
- Description
- Amendment 1 posted 16 Apr 25 revises the PWS. This is a SOURCES SOUGHT (SS) and REQUST FOR INFORMATION (RFI) for the upcoming USAFA Admissions Strategic Outreach acquisition. This SS/RFI is for information and planning purposes only and does not constitute a solicitation or a commitment by the Government. DO NOT submit a quote or proposal in response to this SS/RFI. Information provided in response to this SS/RFI is strictly voluntary. There will be no compensation from the Government for the information provided. A formal solicitation may be executed at a future date. The planned North American Industry Classification System (NAICS) code is 611710 Educational Support Services. The size standard is $24,000,000. The proposed contract is contemplated as a firm-fixed-price contract for a one-year base period with three one-year option periods. The purpose of this requirement is for non-personal services to provide comprehensive strategic outreach services to the United States Air Force Academy (USAFA) Directorate of Admissions to compete effectively with other academic institutions and increase USAFA applications and awareness. The contractor shall provide a comprehensive strategic enrollment outreach plan that fully integrates multiple overlaying and simultaneous campaigns for print and digital direct marketing, digital promotions, and nationwide higher education list service(s). The Contractor shall provide coordination of campaign implementation and comprehensive campaign data acquisition, analysis, and reporting. The Government requires access to real-time analytics regarding impact on audience engagement and applications as a result of the tasks performed under the proposed contract. The current draft Performance Work Statement (PWS) is attached for reference only. Comments and/or suggestions on the PWS are highly encouraged and requested to be included in your capabilities package. Requested Information: Include in your capabilities package your Unique Entity Identification (UEI), CAGE Code, and System for Award Management (SAM) expiration date. Provide past performance on similar academic admissions outreach services. Provide comments and recommendations for improving or clarifying the draft PWS. Any other comments/recommendations that the Government should consider for this requirement All potential offerors are reminded, in accordance with Federal Acquisition Regulations (FAR) 52.204-7, System for Award Management (SAM), lack of registration in the SAM will make an offeror ineligible for contract award. Market research is being conducted to determine interest, capability, and socio-economic category of potential sources for the requirement. The Government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, service-disabled veteran-owned small business, HUBZone small business, woman-owned small business, veteran-owned small business, or small business) anticipated teaming arrangements, NAICS codes your company operates under, and a description of similar products and services offered to the Government and to commercial customers. All interested firms shall submit a capabilities package that explicitly demonstrates company capabilities-indicating examples of commercial services related to this effort. Respondents are further requested to indicate their status as a Foreign-owned/foreign-controlled firm and any contemplated use of foreign national employees on this effort. Contractor is required to provide all management and labor required for the services listed in the attached PWS. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. The response must not exceed 15 pages. Email your responses to John Perry, Contract Specialist, at john.perry.33@us.af.mil AND Katlyn Blacksten, Contract Specialist, at katlyn.blacksten@us.af.mil AND April Delobel, Contracting Officer, at april.delobel.1@us.af.mil. Telephone responses will not be accepted. Please provide responses no later than 2:00 pm Mountain Time on 25 April 2025.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/7500e21abfd7435987c2318fc7c85268/view)
- Place of Performance
- Address: USAF Academy, CO 80840, USA
- Zip Code: 80840
- Country: USA
- Zip Code: 80840
- Record
- SN07411709-F 20250418/250416230055 (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 |