SOURCES SOUGHT
R -- Air Force Space Command (AFSPC) Mission Communications Coordination Center (MCCC) Information Technology non-personal services support
- Notice Date
- 2/8/2008
- Notice Type
- Sources Sought
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- Department of the Air Force, Air Force Space Command, 21CONS (Bldg 350), Specialized Flight-IT, O&M, Tech Serv, IT Resources 135 E ENT Ave STE 1055, Peterson AFB, CO, 80914-1385, UNITED STATES
- ZIP Code
- 80914-1385
- Solicitation Number
- FA2517-08-R-9002
- Response Due
- 2/20/2008
- Point of Contact
- Cindy Weaver-Washington, Contract Specialist, Phone 709-556-3049, Fax 719-556-7900, - Carla Johnson, Contract Specialist, Phone 719-556-4572, Fax 719-556-4988
- E-Mail Address
-
cindy.weaver-washington@peterson.af.mil, carla.johnson@us.af.mil
- Small Business Set-Aside
- Total Small Business
- Description
- This sources sought is being published for market research purposes only, to identify potential sources capable of providing core communications non-personal services to Air Force Space Command (AFSPC) Mission Communications Coordination Centers. This is only a Sources Sought Synopsis and is not a Request for Proposal (RFP). A solicitation is not being issued at this time and this notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. Any information provided by industry to the Government as a result of this sources sought synopsis is strictly voluntary. Responses will not be returned. No entitlements to payment of direct or indirect cost or charges to the Government will arise as a result of contractor submission of responses or the Government's use of such information. The information obtained from industries responses to this notice may be used in the development of an acquisition strategy and future RFP. For a brief description/scope please see the PDF document entitled "Market research/MCCC Fedteds Info", posted to the FedTeds website (https://www.fedteds.gov) on 8 Feb 08. The contractor shall be required to interface with other contractors or government agencies in support of issues dealing with systems in areas where the contractor is the functional manager. The Government is considering a period of performance of one (1) year with four (4) option years, which may be exercised to extend the period of performance. The estimated contract start date is 1 Dec 2008, preceded by a 30 day Phase-In period. The current contract type is Time-and-Materials; however the government is considering issuing this contract as Firm Fixed Price or Time-and-Material or Cost contract. The Government is contemplating a North American Industry Classification System (NAICS) code for this requirement of 541519 (Other Computer Related Service) with a size standard of $23 million. The Government is seeking responses from ONLY Small Businesses, at this time, that intend to propose as a prime contractor on this effort. All small business, veteran-owned small business, service-disabled veteran-owned small business, certified HUBZONE small business, small disadvantaged business, certified 8(a) small disadvantaged business, or women-owned small business concerns; or Historically Black Colleges and Universities and Minority Institutions (HBCU/MI) or Tribal Universities are encouraged to respond. Responses to this sources sought synopsis will be used for a market survey analysis to determine if the contemplated acquisition will be conducted under full and open competition, or as a set-aside under a small business set-aside or 8(a) procedures. Respondents shall indicate in their responses whether they qualify under NAICS Code 541519 with a size standard of $23 million as a small business. Interested parties are requested to submit a statement of capability outlining past work that is related to this requirement listed in the Description of Services. Limited to fifteen (15) pages. The statement of capability shall provide a brief introduction into the company, including CAGE Code and include a description of relevant contract experience offered to the Government and to commercial customers. Along with a description of relevant contracts experience, include the contract number, business status (including any subcontractors/teaming members), magnitude, place of performance, and points of contact for each example provided (name of point of contact, address, e-mail, telephone number, fax number, and the company?s web page, if applicable). The submitted information shall be UNCLASSIFIED. Additionally, respondents must provide a statement addressing relevant technical capabilities in the following areas: 1) Experience: Relevance of current and past contract performance to synopsis requirements; 2) Magnitude of projects referenced in past performance; 3) Describe relevant experience with contracts of this complexity and criticality (i.e. number of users, equipment configuration, up to top secret environment); 4) Ability to obtain employees with a variety of government security clearances. Again, any information submitted by the respondents to this source sought synopsis is strictly voluntary. The company?s standard format is acceptable; however, the limit for all responses is not to exceed fifteen (15) single-sided, 12 font size, 8 1/2 x 11-inch pages. This sources sought synopsis contains the clause 5352.201-9101 Ombudsman. As prescribed in 5301.9103 Ombudsman (AUG 2005) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, [A7K, 150 Vandenberg St, Ste 1105, Peterson AFB, CO 80914-4350, (719) 554-5250, fax (719) 554-5299, a7k.wf@afspc.af.mil]. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. Small business contractors capable of providing these services should submit a Statement of Capability containing the above reference information via email to cindy.weaver-washington@peterson.af.mil and carla.johnson@peterson.af.mil. Each submission should be virus scanned prior to being sent via e-mail to the POC's listed above. Electronic submissions are preferred. Paper copies are optional and should be sent to: 21 CONS/LGCCA, ATTN: Cynthia Weaver-Washington or Carla Johnson, 135 Dover Street, Suite 1055, Peterson AFB, Colorado 80914-1117. Responses shall be received no later than 2:30 P.M. (1430 hrs) Mountain Standard Time (MST), Wednesday, 20 February 2008. Point of Contacts: LeAunna Ingram, Contracting Officer, Phone (719) 556-451, Fax (719) 556-7900 or Cynthia Weaver-Washington, Contract Specialist, Phone (719) 556-3049, Fax (719) 556-7900. NOTE: Email submissions are subject to size and type restrictions (typically limited to less than 1 Megabyte in size and only non-executable attachments such as .doc or .pdf files) as well as any other appropriate network security measures. It is the respondent?s responsibility to verify the package was delivered or email was received and can be viewed. All responses must address each of the above stated requirements. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (08-FEB-2008). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 10-MAR-2008, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USAF/AFSC/21CONSb365/FA2517-08-R-9002/listing.html)
- Place of Performance
- Address: 21 CONS/LGCCA 135 Dover Street, Suite 1055 Peterson AFB, Colorado
- Zip Code: 80914-1117
- Country: UNITED STATES
- Zip Code: 80914-1117
- Record
- SN01528766-F 20080312/080310230129 (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 |