SOURCES SOUGHT
A -- PROFESSIONAL ACQUISITION SUPPORT SERVICES (PASS)
- Notice Date
- 3/18/2005
- Notice Type
- Sources Sought
- Contracting Office
- ESC/XP, Plans and Program Directorate, 5 Eglin Street, Hanscom AFB, MA 01731-2117
- ZIP Code
- 01731-2117
- Solicitation Number
- FA8721-05-R-0001
- Response Due
- 3/29/2005
- Archive Date
- 6/18/2006
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. The Electronic System Center (ESC), Plans and Programs Directorate, Contracted Support Management (ESC/XPK) is conducting market research to seek qualified sources for the Professional Acquisition Support Services (PASS). PASS will encompass virtually all of the Advisory and Assistance Services (A&AS) used by ESC at Hanscom AFB and as well as ESC's geographically separated units (Standard System Group - Gunter Annex, AL; Material System Group - Wright Patterson AFB, OH; 38th Engineering Installation Group - Tinker AFB, OK; and Cryptologic Systems Group - Lackland AFB, TX), operating locations (OL) such as Langley AFB, VA, Colorado Springs, CO, Melbourne, FL and other locations throughout the US, and potential world-wide deployment in war zone areas. Interested contractors must be able to provide support in all of these locations. PASS will acquire systems acquisition support to ESC program offices (including GSUs) for research and development (R&D) support, acquisition, integration, test, deployment, and sustainment of Command, Control, Intelligence, Surveillance and Reconnaissance (C2ISR) systems, NetCentric Operations, AF Networks and Integrated Information Systems and Enterprise Resource Planning (ERP). The types of services to be acquired under this program are non-personal and include, but are not limited to R&D in Electronics, Development Planning Analyses, Acquisition Engineering, Specialty Engineering, (System Safety, Human Factors, Reliability and Maintainability, Electromagnetic Compatibility, Quality Assurance and Test and Evaluation, Computer Resources/Software Engineering Support, Communications), Manufacturing Engineering, Facility Acquisition Engineering, Integrated Logistics Support, Configuration and Data Management, and Financial Management Support. All sources capable of providing these services are being sought. Capability statements need to demonstrate, through past experience or otherwise, an (1) understanding/familiarity with the ESC mission, assist the Government in the integration of developmental systems, as well as the ability to meet the Government's A&AS needs as described in the above paragraph, (2) demonstrated capability to perform or manage as a prime contractor for the above types of services, (3) financial capability to perform as a prime and execute task orders; please tell us how you intend to meet this growth opportunity, (4) the ability to provide additional capability in the event of an immediate surge requirement, (5) support requirements at each of the GSUs, and (6) although there are no identified contractor mission essential positions, there is a potential for overseas and/or wartime projects; describe how would you meet this requirement. Under the resultant program, contractors will be issued individual task orders addressing discrete technical tasks and contract data requirements. The proposed NAICS Code for this acquisition is 541710 - R&D in Physical, Engineering & Life Sciences (Electronic or Engineering R&D), Size Standard of 500 employees. We intend to include FAR Clause 52.219-14, Limitations on Subcontracting, in any resultant contract. Please include your business size classification in your response. Any information submitted is strictly voluntary. The Government will not pay for any information submitted in response to this request. The projected PASS period of performance will be 5 years from date of award. The anticipated award date is NLT June 2006. The Government requests that interested offerors submit an electronic response of not more than two (2) one-sided pages, 8.5" x 11" paper, 10 pitch, Times New Roman font, with a minimum of one (1) inch margins all around. Responsible sources having relevant experience may submit their statement of interest and capabilities, including business size classification, via e-mail to both susan.bergeron@hanscom.af.mil and susan.kennison@hanscom.af.mil not later than 4:00 PM (Eastern Time), 29 March 2005. Responses received after this date and time may not be reviewed. An Ombudsman has been appointed to address concerns from interested firms during this phase of acquisition. The Ombudsman does not diminish the authority of the Program Director or Contracting Officer, but communicates contractor concerns, issues, disagreements, and recommendations to the appropriate Government official. When requested, the Ombudsman shall maintain strict confidentiality as to the source of the concern. The ESC Task Order/Delivery Order Ombudsman is Mr. Robert Youtt, Deputy Director of Contracting, (781) 377-6934. The Ombudsman should be contacted only with issues or problems that have been brought previously to the attention of the Program Manager and/or Contracting Officer and could not be resolved satisfactorily at that level. Upcoming developments on this acquisition and related information are available on the PASS HERBB Website https://www.herbb.hanscom.af.mil/esc_opps.asp?rfp=R966. At this site you may View the List of Companies Interested in Partnering and you may also enter information into the Make Company Information Public. Please view our Virtual Question and Answer Message Board at this site for responses to questions already provided from industry. Any new questions regarding PASS may be posted there. See Note 26.
- Web Link
-
ESC Business Opportunities Web Page
(http://www.herbb.hanscom.af.mil)
- Place of Performance
- Address: N/A
- Zip Code: N/A
- Country: N/A
- Zip Code: N/A
- Record
- SN00771565-W 20050320/050318211959 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |