Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 07, 2009 FBO #2630
SOURCES SOUGHT

R -- Fuel Efficiency Sources Sought

Notice Date
2/5/2009
 
Notice Type
Sources Sought
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Department of the Air Force, Air Mobility Command, AMC Specialized Contracting Branch (HQ AMC/A7KQ), 507 Symington Drive, Room W202, Scott AFB, Illinois, 62225-5022, United States
 
ZIP Code
62225-5022
 
Solicitation Number
Fuel_Efficiency_Sources_Sought
 
Point of Contact
Jennifer L Gherardini,, Phone: 618.256.9979
 
E-Mail Address
jennifer.gherardini@scott.af.mil
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought Notice only, with specific interest in small business capability. The purpose of this notice is to obtain information from qualified small businesses (e.g., 8(a), service-disabled veteran owned small business, HUBZone small business, small disadvantaged business, veteran-owned small business, and women-owned small business) and to conduct market research in accordance with Federal Acquisition Regulation (FAR) Part 10. No solicitation is being issued at this time. This notice shall not be construed as a commitment by the Government to ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The AMC Specialized Contracting Branch at Scott Air Force Base (SAFB), Illinois, seeks potential sources to perform Aviation Fuel Efficiency Technical and Analytical services in support of Headquarters, Air Mobility Command (HQ AMC), SAFB, Illinois. Specific services to be provided will be within the areas of technical support, planning support, data analysis and advisory services. In rendering the foregoing services, outputs may take the form of information, advice, opinions, alternatives, analyses, evaluations, and recommendations. Work under this contract will require security clearances. A best value source selection will likely be the method of contractor selection. It is anticipated the contract performance period will be a base period of one year with two option periods. Most of the work is expected to be performed on SAFB with some travel. No decision has yet been made regarding the anticipated NAICS code or small business strategy for this contract. However, while the Government is specifically assessing the availability and potential of small business to perform this work, both large and small business concerns are encouraged to submit responses to this Notice. Small business is advised that FAR 52.219-14, Limitations on Subcontracting, would apply wherein at least 50 percent of the work must be performed by the small business prime contractor alone. Small businesses wishing to influence the Contracting Officer's decision regarding small business set-asides are urged to respond to this announcement via e-mail to Jennifer.Gherardini@scott.af.mil. Please provide the following information ONLY IF your company has experience providing operational analysis and analytical and evaluative methods in all areas of aviation operations, particularly aviation fuel efficiency: 1. Company Information a. Your company name, address, telephone number and a point of contact (POC) name, telephone number and e-mail address; b. Your Central Contractor Registration (CCR) number or Commercial And Government Entity (CAGE) code number; c. A brief description of your company's business size and status (i.e., HUBZone, woman/veteran/service disabled veteran/native American/minority-owned). 2. If your company has provided any of the below services on other Federal or Commercial contracts, please provide contract number, date of contract, NAICS code used, contract type (FFP, labor hour, cost), GSA Schedule (if used), brief synopsis of work performed, purchaser POC information: a. Provided knowledge of operational analysis, and analytical and evaluative methods in all areas of aviation operations, particularly aviation fuel efficiency; b. Provided knowledge of essential elements of flight profile development, including, but not limited to route, altitude, airspace restrictions, weather, diplomatic clearances, runway restrictions, takeoff/landing data, and aircraft configuration; c. Provided knowledge of DOD, USAF and AMC functions, responsibilities, force structure, and regulations, procedures, and policies regarding aviation fuel efficiency in military and civil aviation environments; d. Provided knowledge of Civil Aviation Organization (CAO) and FAA regulations, policies and procedures governing the operation of aircraft, as well as air transportation directives, regulations, policies, and procedures to plan and manage air transportation systems and/or services. 3. Does your company have any GSA schedules that would apply to the above services? If so, please provide contract number and contract expiration date. THIS INFORMATION SHOULD BE LIMITED TO NO MORE THAN 5 PAGES. Any information provided by industry to the Government as a result of this notice or any follow-up information requests is voluntary and shall be treated as confidential. No reimbursement will be made for any costs associated with this or future requests. Additional information, as it becomes available, will be posted as amendments to this announcement. All amendments will be available for viewing at this website. It is incumbent upon the interested parties to review the site frequently for any updates and amendments to any and all documents. All potential offerors are reminded, in accordance with FAR 52.204-7, Central Contractor Registration, lack of registration in the Central Contractor Registration (CCR) will make an offeror ineligible for contract award. Additionally, in accordance with Federal Acquisition Regulations (FAR) 52.204-8, Annual Representations and Certifications, offerors are also reminded to register with Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov. Please provide responses by 3:00 PM CDST, 12 February 2009. Any questions may be addressed via e-mail to Jennifer.Gherardini@scott.af.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=736d8de09732b33152e4824c8d926ed0&tab=core&_cview=1)
 
Place of Performance
Address: Scott AFB, United States
 
Record
SN01744907-W 20090207/090205215728-736d8de09732b33152e4824c8d926ed0 (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.