Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 18, 2007 FBO #1999
SOURCES SOUGHT

D -- Communication Operation and Maintenance Function A-76 at Scott AFB IL

Notice Date
5/16/2007
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of the Air Force, Air Mobility Command, AMC Contracting Flight (HQ AMC/A7KQ), 507 Symington Drive Room W202, Scott AFB, IL, 62265-5022, UNITED STATES
 
ZIP Code
62265-5022
 
Solicitation Number
Reference-Number-CSS-05-16-2007-Scott-2
 
Response Due
5/29/2007
 
Archive Date
10/1/2007
 
Point of Contact
Evelyn Bauer, Supervisory Contract Specialist, Phone (618)256-4234, Fax (618)256-5724, - Evelyn Bauer, Supervisory Contract Specialist, Phone (618)256-4234, Fax (618)256-5724,
 
E-Mail Address
Evelyn.Bauer2@scott.af.mil, Evelyn.Bauer2@scott.af.mil
 
Description
THIS IS NOT A SOLICITATION NOTICE. This is a reposting; original incorrectly posted with Classification Code R. This notice is issued for informational and planning purposes. The Air Force will not pay for any information submitted or be responsible for any costs incurred by interested parties in responding to this notice. The Air Force is conducting market research for Air Mobility Command (AMC) Communication Operation and Maintenance function at Scott AFB IL and desires input from industry to assist in requirements planning. The information requested by this notice will be used within the Air Force to facilitate the decision making process and will not be disclosed outside of the agency. The following are basic performance requirements for the function: Level I and Level II Operations and Maintenance support to the 375 Communications Support Squadron (CSPTS), Scott AFB IL and other locations in the following areas: 1) Configuration Management, 2) System Administration, 3) Help Desk, 4) Database Administration, and 5) Virtual Private Network. Travel to CONUS/OCONUS locations may be required for systems administration support, upgrades, and software releases. CONUS locations currently include McChord, Travis, Norfolk, Charleston, Dover, Hickam, McGuire, Langley, Elmendorf, and Knoxville TN. OCONUS locations currently include Osan, Kadena, Aviano, Mildenhall, Rota, Naples, Yokota, Andersen, Sigonella, Rhein Main, Ramstein, and Al Udeid. Potential exists for more sites to be added or taken away. The applicable North American Industry Classification System (NAICS) code is 541512. Small business size is $23M. A draft performance work statement (with limited Appendices) will be posted as an attachment to this notice. Information requested: 1. Company information: Name, address, telephone number, FAX number, point of contacts names, phone number, and e-mail. 2. Identification of business size and whether currently designated a Small Business as defined in the Federal Acquisition Regulation Part 19.1 and the appropriate categories (small business, small disadvantaged business, Historically Underutilized Business Zone, 8(a) certified small business, service disabled veteran-owned small business, veteran-owned small business, woman-owned small business). Small business size standards are published by the U.S. Small Business Administration and may be found at www.sba.gove/size/sizetable2002.html. 3. Anticipated teaming arrangements (if applicable). 4. Commercial/industry perspective relating to the functions in the performance work statement in the following areas: a. Definition of Level I and Level II Operations and Maintenance. b. Contract terms and conditions. c. Commercial standards, practices, and processes in areas such as metrics/measurements, quality control/assurance, and phase-in/phase-out. 5. Identify major risks: General information to identify any major risks anticipated. 6. Comments relating to the draft performance work statement. 7. Capability and performance information in terms of contract references (similar to this requirement) to include the following (limit capability/performance information to 8 pages). a. Contract number, agency/company supported, contacts names, phone number, e-mail. b. Performance as prime or a subcontractor. c. Brief description of the effort. d. Period of performance, total contract value, and contract type. e. NAICS code/small business size standard. 8. Any other information deemed useful to the Air Force. Submission Information: Your submission must be clear, concise, and complete and submitted by 4:00PM Central Standard Time 29 May 2007 via email to evelyn.bauer2@scott.af.mil. Additional information: On 21 February 2007 special notice was posted in accordance with Office of Management and Budget Circular A-76 (Revised), Performance of Commercial Activities, May 29, 2003 (reference announcement CSS-02-21-2007). The incumbent service providers affected by this public-private competition are approximately 88 DoD civilian government personnel positions and 68 contract manpower equivalents. DoD civilian effort is currently being performed by the Most Efficient Organization (MEO). Contract manpower equivalent incumbent contractors are Computer Sciences Corp, Dynamic Process Solutions, Inc, Harris Technical Services Corp, NCI Information Systems Inc, Northrop Grumman Defense Mission Systems, and TRI-Cor Industries Inc. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (16-MAY-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USAF/AMC/AMCLGCF/Reference-Number-CSS-05-16-2007-Scott-2/listing.html)
 
Place of Performance
Address: Scott Air Force Base IL
Zip Code: 62225
Country: UNITED STATES
 
Record
SN01296064-F 20070518/070516222124 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.