SOURCES SOUGHT
99 -- CCaR Business Analyst
- Notice Date
- 5/24/2011
- Notice Type
- Sources Sought
- NAICS
- 541990
— All Other Professional, Scientific, and Technical 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
- FA8630-11-R-5040
- Archive Date
- 6/30/2011
- Point of Contact
- Valentine Ukandu, Phone: 9376563174, Wanda L Bronston-Grigsby, Phone: 937-656-3490
- E-Mail Address
-
valentine.ukandu@wpafb.af.mil, wanda.grigsby@wpafb.af.mil
(valentine.ukandu@wpafb.af.mil, wanda.grigsby@wpafb.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Sources Sought Synopsis/Request for Information: THIS IS NOT A REQUEST FOR PROPOSAL/QUOTE. Wright-Patterson Air Force Base OH anticipates a competitive acquisition to provide the following services: Breadth of Support: AFSAC wants to implement CCaR database contractor support to be responsible for programmatic and financial reporting involving the procurement, modification and sustainment of specific weapon system for our foreign military allies and coalition partners. AFSAC is a part of the Air Force Materiel Command (AFMC) and reports it's budgetary and financial status through AFMC channels and processes, as well as directly to SAF/IA and DSCA (Defense Security Cooperation Agency). Listed below is an estimate of AFSAC system users and programs, which may vary as the AFSAC personnel gain an increased understanding of CCaR capabilities. Customer Estimated # of Users: 290 Estimated # of Countries: 91 + 8 NATO Organizations Estimated # of Cases: 2500 Program Value $97,000,000,000 ID# / Number of Programs Type of Appropriations 8242 Foreign Military Sales 3400 Operations and Maintenance Information is being collected from all potential sources at this time. Firms responding 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 North American Industry Classification System (NAICS) code for this action is 541990, size standard of $7,000,000. Please indicate revenue relative to the standard of $7,000,000. All prospective contractors must be registered in the Central Contractor Registration (CCR) database to be awarded a DOD contract. No set-aside decision has been made. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime contractors must perform at least 50% of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14. Additionally, firms having GSA schedules should indicate their GSA schedule number in their responses. Capabilities Package: All interested firms should submit packages that outline their capability to provide the required services. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. Recent, relevant experience in all areas should be provided. Recent, relevant experience is defined as performance of the same or similar projects within the past three (3) years. Interested firms may submit resumes of key personnel. Resume pages will NOT be considered part of the overall page count but firms are encouraged to keep submitted resumes to one page each. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. The response must not exceed 15 pages. Submit capabilities packages via e-mail to Valentine Ukandu at valentine.ukandu@wpafb.af.mil. This sources sought is for information and planning purposes only. It does not constitute a solicitation and is not to be construed as a commitment by the Government. RESPONSES ARE DUE NO LATER THAN CLOSE OF BUSINESS, WEDNESDAY, 15 JUNE 2011.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8630-11-R-5040/listing.html)
- Record
- SN02455156-W 20110526/110524234245-9e0b737314af3ac55a54dc62f4979312 (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 |