Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 16, 2014 FBO #4526
SOURCES SOUGHT

R -- Request for Information (RFI) – Financial Advisory and Assistance Services (A&AS) for the Launch Systems Directorate. - CDRLs and PWS

Notice Date
4/14/2014
 
Notice Type
Sources Sought
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Department of the Air Force, Air Force Space Command, SMC - Space and Missile Systems Center, 483 North Aviation Blvd, El Segundo, California, 90245-2808
 
ZIP Code
90245-2808
 
Solicitation Number
SMC-14-060
 
Archive Date
6/30/2014
 
Point of Contact
Joyce M. Mullenbach, Phone: (310) 653-3354, Griselda F. Jones, Phone: (310) 653-2420
 
E-Mail Address
joyce.mullenbach@us.af.mil, griselda.jones@us.af.mil
(joyce.mullenbach@us.af.mil, griselda.jones@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Performance Work Statement (PWS) Contract Data Requirement List (CDRLs) The Space and Missiles System Center (SMC), Launch Systems Directorate Evolved Expendable Launch Vehicle (EELV) Program on behalf of the United States Air Force, is seeking information from companies who could provide financial advisory and assistance services through GSA for a potential four month bridge at Los Angeles Air Force Base. This is a continuation of effort to the existing contract currently performed by Tecolote Research, Inc. The estimated period of performance is 01 Jun 2014 - 30 Sep 2014. Services will be rendered at Los Angeles Air Force Base. The required service is to develop, maintain, and preserve credible program cost estimates, integrate engineering designs with the program and system cost estimates, support budget requirements and justification activities, perform Earned Value (EV) analysis, support acquisition reporting and schedule management analysis. Specifically, tasks will include performing cost benefit analyses, sufficiency reviews of prime contractor's Rough Order of Magnitude (ROM) estimates, evaluating cost proposals, should/will-cost studies, supporting budget requests and excursions ("what-if" drills), EV analysis, and schedule management analysis. All responsible sources may submit a Statement of Capability (SOC) which will be considered. The SOC must demonstrate that the contractor would be able to perform the effort on the day of award. There will be no transition period for this four month bridge contract. In addition, SOC is required to address the attached PWS and experience requirements. Oral communications are not acceptable. Interested contractors must submit an unclassified SOC by 5:00PM (pacific) on 21 Apr 2014. The SOC must include the following information: • Submitter's Name • Street Address, City, State, NINE-Digit zip code • Point of Contact (POC) • POC Email, telephone and facsimile numbers • Ability to satisfy the Government's performance and schedule requirement described above. This is a sources sought synopsis for market research purposes to identify potential organizations that can deliver the required services. Cost and schedule are major considerations; therefore, the Government is interested in estimated cost and schedule information based on respondent's capability to deliver the required services. THIS IS A SOURCES SOUGHT SYNOPSIS ONLY. This sources sought is issued solely for information and planning purposes. It does not constitute a solicitation (Request for Proposal or Request for Quotations) or a promise to issue a solicitation in the future. This sources sought does not commit the Government to contract for any supply or service whatsoever. We are not at this time seeking proposals. Responders are advised that the Government will not pay for any information or administrative costs incurred in response to this sources sought. All costs associated with responding to this sources sought will be solely at the responding party's expense. All information received in response to this sources sought synopsis that is marked PROPRIETARY will be handled accordingly. The Government shall not be liable for or suffer from any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Proprietary information or trade secrets should be clearly identified. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract or agreement. The Government will not be obligated to pursue any particular acquisition alternative as a result of this sources sought synopsis. Responses to the sources sought will not be returned. Reference document included on the FedBizOpps website: • Performance Work Statement (PWS) • Contract Data Requirement List (CDRLs) ALL RESPONSES SHALL BE SUBMITTED VIA EMAIL. Responses to this RFI should be submitted no later than Apr 21, 2014 to the primary point of contacts in paragraph 10, above. Please limit responses to 5 one-sided pages in length. All responses must conform to 8.5 by 11.0 inch pages, page margin normal size 1.0 inch with font no smaller than 12 point. Responses from Small and Small Disadvantaged Business firms are highly encouraged. Firms responding should indicate if they are a small business, a socially and economically disadvantaged business, 8(a) firms, historically black colleges or universities, and minority institutions. Responses received after April 21, 2014 may not be considered in the Government's analyses. The NAICS code is 541712, with a small business standard of 1000 employees.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/SMCSMSC/SMC-14-060/listing.html)
 
Place of Performance
Address: Launch Systems Directorate (LR), 483 North Aviation Boulevard, Building 271, El Segundo, California, 90245, United States
Zip Code: 90245
 
Record
SN03338349-W 20140416/140414235025-78845d60f12c758acbb0559898e08af4 (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.