SOURCES SOUGHT
R -- RFI - Airborne Communications and Information Support
- Notice Date
- 1/21/2010
- Notice Type
- Sources Sought
- NAICS
- 541611
— Administrative Management and General Management 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
- FA4452-10-Q-A010
- Point of Contact
- Thomas E. Jaeger, Phone: 618.256.9984
- E-Mail Address
-
thomas.jaeger@scott.af.mil
(thomas.jaeger@scott.af.mil)
- Small Business Set-Aside
- N/A
- Description
- This Sources Sought Request for Information (RFI) is issued for informational purposes to locate capable business concerns for a contemplated follow-on contract for HQ AMC/A6CG Airborne Communications and Information Support. The Air Force is conducting market research and desires input from industry to assist in requirements planning. The information requested by this synopsis will be used within the Air Force to facilitate the decision making process and will not be disclosed outside of the agency. Please note: The Air Force will not be responsible for any costs incurred by interested parties in responding to this RFI. Headquarters Air Mobility Command (AMC) is interested in the identification of capable sources to provide technical performance in the areas of computer-based engineering, networking, technical, and program management support to enhance HQ AMC/A6CG's ability to satisfy programmatic requirements during the requirements definition, development, production, test, modification, certification and accreditation and sustainment of aircraft systems, subsystems, components and support systems. The following list details the areas covered by this effort: • Provide planning support, technical support, modification program status reporting, requirements development support, and management review support for: o OSA/VIPSAM o Executive Airlift Communications Network (EACN) o Roll-on/Roll-Off Systems o Airborne Network Integration (ANI) o Combat delivery (C-130), tanker (KC-10 and KC-135), airlift (C-5, and C-17) and aircraft systems, to include defensive systems; foreign military sales (FMS); and integration support • Provide planning, analysis, milestone planning, tracking and schedule assessments, program guidance assistance, database development, program metrics collection and analysis, risk management, briefing development, test and evaluation support, and communication engineering support • Collect, store, analyze, and process information to support modification/acquisition planning • Develop and maintain databases to identify and report impacts resulting from modifications • Develop and maintain databases identifying the current status of aircraft and training system modification programs • Prepare and maintain requirements databases to capture and correlate information among related requirements documents • Determine communications and information-processing requirements Request Capability Statements include the following: 1. Company name, address, point of contact (POC), telephone number, fax number, e-mail address, GSA schedules held, company size (small, large business in relation to NAICS 541611), if small, indicate type {8(a), small disadvantaged business, HUB zone, minority-owned, woman-owned, veteran-owned, etc.}. 2. Demonstrate your ability to support performance relative to computer-based engineering, networking, technical, and program management support to enhance HQ AMC/A6CG's ability to satisfy programmatic requirements during the requirements definition, development, production, test, modification, certification and accreditation and sustainment of aircraft systems, subsystems, components and support systems as described above. 3. Past/Current Performance Background as it relates to supporting the above requirement a. Contract identification number(s) b. Title and brief summary fo the objective of the effort c. Contracting agency or firm (Government or commercial) d. Value of the contract(s) e. Type of contract(s), i.e. fixed price, cost reimbursement, labor hour f. Performance as prime or subcontractor Capability Statements should include technical background describing your firm experiences in contracts requiring similar efforts to provide the above technical and analytical assistance. Please use no more than 5 type-written pages using 10-point type or larger. Published literature may be any number of pages. Also identify the following: 1. Type of contract terms and conditions for this type of work: a. Contract type b. Performance metrics c. Commerciality of service d. Payment terms e. Transition timelines f. Contract duration g. Contract incentives 2. Major risks anticipated for this acquisition. The applicable North American Industry Classification System (NAICS) Code is 541611 Submission Information: Response by e-mail is required and should be forwarded to Mr. Thomas Jaeger, at Thomas.Jaeger@scott.af.mil Responses must be received by this office at or before 5:00 pm CST on 5 February 2010. This request for information is not a commercial solicitation and the Government will not pay for any information submitted or for any costs associated with providing the information.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/AMCLGCF/FA4452-10-Q-A010/listing.html)
- Place of Performance
- Address: Scott AFB, Illinois, 62225, United States
- Zip Code: 62225
- Zip Code: 62225
- Record
- SN02046804-W 20100123/100121235248-bcd6c2115ffa72cd0f6cc3046f947765 (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 |