Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 09, 2009 FBO #2782
SOURCES SOUGHT

R -- Information Technology Support Services

Notice Date
7/7/2009
 
Notice Type
Sources Sought
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AAC - Air Armament Center, AAC/PK, 205 West D Avenue, Suite 433, Eglin AFB, Florida, 32542-6864
 
ZIP Code
32542-6864
 
Solicitation Number
FA9200-10-R-0017
 
Point of Contact
Lorna Hendrix, Phone: 850-882-0171, Dana L Alexander, Phone: 850-882-0185
 
E-Mail Address
lorna.hendrix@eglin.af.mil, dana.alexander@eglin.af.mil
(lorna.hendrix@eglin.af.mil, dana.alexander@eglin.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Synopsis NAICS Code: 541519 This acquisition is to provide cost-effective Information Technology (IT) support for the 96 Communications Group (96 CG) Eglin Air Force Base, Florida. The contractor shall provide technical engineering, operational and program management support to the government. The anticipated services require a diversity of professional skills and industry experience necessary to support a variety of IT environments. The work will encompass the activities associated with technical engineering, information technology, automation support, system administration, computer programming, configuration management, training, telecommunications, help desk, operations, customer support, administrative support, and other specialized networking and data communications services. The contractor shall provide necessary personnel to perform work relating to the preceding areas as requested by tasks. Inherent in providing these goods and services, the Contractor shall provide the supervision and management effort necessary for efficient and effective administration and control of work performed. The Contractor shall ensure adequate resources are dedicated to satisfy the requirements of work assignments. In performance of this contract, contractor personnel may be required to drive military, company, or their personal vehicles in order to perform work related duties both on and off base. Interested sources who believe they can meet these requirements should provide a statement of capabilities that provides the following information related to their demonstrated experience and capabilities: (a) Contract information and/or program information describing your experience in the past three years relative to the objectives and tasks identified below. (b) Demonstrated capability in each of the following areas: technical engineering, information technology, automation support, system administration, computer programming, configuration management, training, telecommunications, help desk, operations, customer support, administrative support, and other specialized networking and data communications services. All interested organizations are encouraged to submit capabilities packages addressing the specific criteria identified in paragraph (b) above. The packages will be reviewed according to these criteria. Organizations which provide information which does not demonstrate their capabilities specifically associated with the criteria identified in paragraph (b) may be evaluated as not being capable of performing the required services. It is the policy of the Government to provide maximum practicable opportunities in its acquisitions to small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business concerns. The resulting evaluation of all organizations providing capabilities packages will be considered in determining the acquisition strategy, specifically in determining for which (if any) small-business concerns this acquisition will be set-aside in accordance with FAR 19.5. The contract type anticipated by the Government is Firm-Fixed Price (FFP), Indefinite Delivery Indefinite Quantity (IDIQ). The anticipated period of performance is five years. The proposed North American Industry Classification System (NAICS) code for this acquisition is 541519, with a small business standard size of $25.0 million dollars. In the response, interested sources should identify company name, point of contact, e-mail address, telephone, Federal CAGE Code, Data Universal Numbering System (DUNS) number, facsimile numbers, and type and business size indicating whether you are a large business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and/or women-owned small business concerns for the purposes of the assigned NAICS. Limit your response to this market survey to a maximum of ten (10) pages to be received NLT 2:00 PM., Central Standard Time on 21 July 2009. Submission can be e-mailed to lorna.hendrix@eglin.af.mil. Note: In accordance with FAR 52.219-14, Limitations on Subcontracting, a small business firm must be able to perform at least 50% of the total requirement by employees within its own company. An Ombudsman has been appointed to address the concerns of offerors or potential offerors. The Ombudsman does not diminish the authority of the Program Manager or Contracting Officer, but communicates Contractor concerns, issues, disagreements, and recommendations to the appropriate Government personnel. When requested, the Ombudsman shall maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Matters of routine or administrative nature concerning this acquisition should not be addressed to the Ombudsman, but rather to the Contracting points of contact identified below. The Ombudsman is Colonel Arnold Bunch, AAC/CV, at 101 West D Avenue, Suite 116, Eglin AFB FL 32542-5495; his phone number is 850-882-5422. Collect Calls will not be accepted. For further information, contact the Contract Specialist, Ms. Lorna J. Hendrix, AAC/PKES, 850-882-0171. This sources sought synopsis is for information and planning purposes only. It does not constitute an IFB or RFP, and is not to be construed as a commitment by the Government. No costs will be paid for any charges incurred in responding to this synopsis. Information submitted should be addressed to AAC/PKES, Attn: Ms. Lorna J. Hendrix, 205 West D Ave., Suite 433, Eglin AFB, FL 32542-6864. Point of Contact: Lorna J. Hendrix, Contract Specialist, Phone: (850) 882-0171, Fax: (850) 882-4561, Email: lorna.hendrix@eglin.af.mil. Daniel F. Burk, Contracting Officer, Phone: (850) 882-0168, Fax: (850) 882-4561, Email: daniel.burk@eglin.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AAC/FA9200-10-R-0017/listing.html)
 
Place of Performance
Address: 205 West D. Ave, Ste 433, Eglin AFB, Florida, 32542, United States
Zip Code: 32542
 
Record
SN01867932-W 20090709/090708001853-d49053b4c3afea784208722366df10dc (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.