Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 27, 2011 FBO #3410
SOURCES SOUGHT

R -- FMS Manual Production - DRAFT PWS

Notice Date
3/25/2011
 
Notice Type
Sources Sought
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, Nevada, 89191-7063, United States
 
ZIP Code
89191-7063
 
Solicitation Number
FA4861-12-R-C003
 
Archive Date
4/23/2011
 
Point of Contact
Kerianne Noel, Phone: 7026529333
 
E-Mail Address
kerianne.noel@nellis.af.mil
(kerianne.noel@nellis.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Draft PWS Foreign Military Sales (FMS) Manual Production THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. The Air Force is seeking sources for a potential set-aside for 8(a), HUBZone, Service Disabled Veteran Owned, or Small Business concerns. The purpose of this sources sought notice is to obtain information on qualified and experienced contractors interested in providing proposals on a FMS Manual Production solicitation. IF ADEQUATE RESPONSES ARE NOT RECEIVED FROM THE ABOVE-MENTIONED CONCERNS, THE ACQUISITION MAY BE SOLICITED ON AN UNRESTRICTED BASIS. The FMS Manual Production contract is a Indefinite Delivery-Indefinite Quantity (IDIQ) contract to provide all personnel, supervision, equipment, tools, materials, and services necessary to develop Foreign Military Sales (FMS) Tactics Employment Manuals as tasked and as defined in the attached Performance Work Statement (PWS) except as specified as government furnished. Work to be performed will be within the North American Industry Classification System (NAICS) 541690, Other Scientific and Technical Consulting Services, with a small business size standard of $7 million. Request interested firms respond to this notice and provide the following: (a) Firm's INFORMATION [NAME, ADDRESS, PHONE NUMBER, cage CODE]; (b) Firm's INTEREST to qualify [e.g., prime contractor, teaming partner, joint venture, primary subcontractor]; (c) STATUS [e.g., 8(a) (including graduation date), HUBZone-certified small business, Service-Disabled Veteran-Owned small business, small business, large business, etc.]; (d) CAPABILITY STATEMENT [Interested contractors must demonstrate a history of relevant experience in the following areas: Subject Matter Expert (SME) with experience as a rated aviator(s) specializing in Joint/Combined aerial operations and the application of aerial tactics; Current work experience (last 5 years) working with Joint/Combined military airpower-doctrine, aerial-weapons capabilities, and aerial weapon-systems capabilities; Must have proficient knowledge and ability to use Adobe Frame Maker, Adobe Photoshop, Adobe Illustrator, Adobe Acrobat Professional for desktop publishing on any computer operating system; Demonstrated, verifiable performance in editing and producing classified and unclassified technical-military documents. Include a summary of relevant, and recent (within the last five fiscal years) performance history (identified by contract number, title, dollar amount, point(s) of contact with telephone/fax numbers, and in what capacity (e.g., prime, subcontractor, etc.) performed)]; (e) PERCENT OF WORK the firm can commit to accomplishing requirement with in-house (not subcontracted) labor; (f) SUGGESTIONS (IF ANY) regarding whether the draft PWS as written is such that you would feel comfortable bidding on this requirement. Interested Contractors must provide the above information to the points of contact listed herein. Responses shall be limited to five (5) pages and should be submitted as fax or an email attachment where possible. Hard copies are neither preferred nor desired. The Government reserves the right to set all or part of this acquisition aside for small business, 8(a), HUBZone small business, or Service-Disabled Veteran-Owned small business firms based on the responses it receives. This request for information (RFI) notice is issued for planning purposes. This is not a Request for Proposal (RFP). Responses to this notice will assist the Government in identifiying potential sources and determining if a set-aside for all or part of the solicitation is appropriate. This notice does not obligate the Government to award a contract, issue a solicitation, or pay for any proposal preparation costs.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/99CONS/FA4861-12-R-C003/listing.html)
 
Place of Performance
Address: Nellis AFB, NV, Nellis AFB, Nevada, 89191, United States
Zip Code: 89191
 
Record
SN02409179-W 20110327/110325234210-ba595cb18a5b671bdb15c200b00e35cd (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.