SOURCES SOUGHT
D -- Centralized Access for Data Exchange (CAFDEx) system support for Centralized Asset Management (CAM) Office - Sources Sought Synopsis
- Notice Date
- 4/21/2010
- Notice Type
- Sources Sought
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218
- ZIP Code
- 45433-7218
- Solicitation Number
- FA8604-10-R-7017
- Archive Date
- 5/26/2010
- Point of Contact
- Michael T. Hohl, Phone: 9376567396
- E-Mail Address
-
Michael.Hohl@wpafb.af.mil
(Michael.Hohl@wpafb.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Draft PWS Capabilities Package Sources Sought Synopsis This is a sources sought synopsis; there is no solicitation available at this time. Requests for solicitation will receive no response. This Sources Sought Synopsis is published for market research purposes only. This sources sought is conducted to identify potential sources capable of meeting the requirements for providing Information Technology Support Services to the Centralized Asset Management (CAM) office. A proposed draft Performance Work Statement (PWS) and CAM/Information Technology Support Services Capability Package are attached to provide respondents a better understanding of the needs of the Centralized Asset Management office and the respondent's potential ability to meet the Government's requirements. The Contractor shall provide an information technology solution and business process support to the Headquarters Air Force Materiel Command (HQ AFMC), Directorate of Logistics (A4), Centralized Asset Management (CAM) office (A4F). The CAM office utilizes a proprietary web-enabled database application known as Centralized Access for Data Exchange (CAFDEx). CAFDEx is proprietary to Infinite Technologies Inc. (ITI). The Air Force anticipates utilizing a firm fixed price contract for this award. The Air Force anticipates a one year contract with four one year options. Information is being collected from all potential sources at this time. Firms responding to this announcement should indicate whether they are a large business, small business, small disadvantaged business (SDB), woman-owned small business (WOSB), 8(a)-certified business, service-disabled veteran-owned small business (SDVOSB), veteran-owned small business (VOSB), or Historically Underutilized Business small business (HUBZone). The National American Industry Classification System (NAICS) code for this action is 541519, size standard $25,000,000.00. All prospective contractors must be registered in the Central Contractor Registration (CCR) database to be awarded a DoD contract. Prospective contractors are cautioned to ensure that the proper NAICS code appears in their CCR. The Air Force has not yet determined the acquisition strategy for this requirement, including whether a set-aside strategy is applicable. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime contractors must perform over 50% of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14. All interested parties shall submit a capabilities package which explicitly demonstrates capabilities and expertise related to this effort. The capabilities package requirements are to be presented in accordance with the attachments entitled "Capabilities Package." Your package should demonstrate capabilities, expertise and past performance relevant to the requirements cited above. Your Capabilities Package should not exceed 10 pages and must include the following: Company Name; Address; Point of Contact; Telephone number; E-Mail Address; CAGE Code; Web Page URL; Certification of small business status. Please submit one (1) hardcopy of your response to ASC/PKEIE, Attn: Michael Hohl, 2275 D. St, Bldg. 16, Rm. 128, Wright-Patterson AFB, OH 45433, (937) 656-7396, and one (1) PDF formatted copy via email to Michael.Hohl@wpafb.af.mil. Both packages should be submitted no later than 2:00pm, EST, May 5, 2010. No facsimile responses will be accepted. The Government will neither award a contract solely on the basis of this synopsis nor will it reimburse the contractor for any costs associated with preparing or submitting a response to this notice. This synopsis does not constitute a Request for Quotation, Request for Proposal (RFP) or an Invitation for Bid (IFB), nor does this issuance restrict the Government's acquisition approach. The Government reserves the right to reject in whole or part any industry input as a result of this announcement. The Government recognizes that proprietary data may be a part of this effort. If so, clearly mark such restricted or proprietary data and present it as an addendum to the non-restricted/non-proprietary information. If the Government decides to award a contract for this or related effort, a solicitation will be published and posted on the FBO website. If you have any questions, they must be submitted in writing via email to Michael Hohl at Michael.Hohl@wpafb.af.mil. See attached: 1. Capabilities Package 2. Draft PWS
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8604-10-R-7017/listing.html)
- Place of Performance
- Address: Wright Patterson Air Force Base, WPAFB, Ohio, 45433, United States
- Zip Code: 45433
- Zip Code: 45433
- Record
- SN02128531-W 20100423/100421235150-ff017c2a06f9907bfd90e21f0c5302e8 (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 |