SOURCES SOUGHT
D -- Circuit Actions Design Support - Draft Performance Work Statement
- Notice Date
- 6/3/2014
- Notice Type
- Sources Sought
- NAICS
- 541513
— Computer Facilities Management Services
- Contracting Office
- Department of the Air Force, Air Force Space Command, 50 CONTRACTING SQUADRON, 210 Falcon Parkway STE 2116, Schriever AFB, Colorado, 80912-2116, United States
- ZIP Code
- 80912-2116
- Solicitation Number
- F3R7C04120A003
- Archive Date
- 7/3/2014
- Point of Contact
- Peter G. Forde, Phone: 7195677008, Justin R. Hodge, Phone: 7195675801
- E-Mail Address
-
peter.forde.1@us.af.mil, justin.hodge.4@us.af.mil
(peter.forde.1@us.af.mil, justin.hodge.4@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Circuit Actions Design Support DRAFT PWS - 3 Jun 14 CIRCUIT ACTIONS ENGINEERING SUPPORT Sources Sought Synopsis This announcement serves as a Sources Sought synopsis issued for the purpose of market research in accordance with Federal Acquisition Regulation (FAR) Part 10. This Sources Sought synopsis is issued solely for information and planning purposes and does not constitute a solicitation nor is this notice a request for quotation or proposal. DO NOT submit a quote or proposal in response to this synopsis. The proposed contract is anticipated to have a base period from 1 Aug 14 through 31 Jul 15 and two (2) one-year option periods. For the purpose of this acquisition, the North American Industrial Classification System (NAICS) code is 541513 - Computer Facilities Management Services, and the applicable size standard is $25.5M. It is this agency's intention to do an unrestricted acquisition unless enough qualified small businesses (SBs) are located with serious intentions to propose on our requirement allowing for a set-aside. The 50th Contracting Squadron (50 CONS) reserves the right to determine if a SB set-aside is appropriate. Additionally, we reserve the right to determine if one of the targeted socio-economic programs (HUB Zone small business, Small Business Administration (SBA) subcontractors referred to as "8(a)" contractors eligible under Section 8(a) of the Small Business Act (15 USC 637(a), Woman-Owned small business, or Service Disabled Veteran-Owned (SDVO) small business) is appropriate for a set-aside based on responses to this notice and other pertinent information gathered by the contracting officer. In order for the 50 CONS to make a SB set-aside determination, it is emphasized that SB concerns provide sufficient written information to indicate their capacity and capability to successfully perform and manage all the required services. The purpose of this notice is to identify companies that are capable and qualified to provide the services required by the attached DRAFT Performance Work Statement (PWS), dated 3 June 2014. The Contractor shall provide non-personal services inclusive of planning/submitting new requirements, designing, and installation/implementation of approved new initiatives. Work includes day-to-day on-site support and associated services. No travel is required. The Contractor shall have the ability to operate and maintain these systems. The Contractor shall handle both classified and unclassified command and control systems. These services support the Air Force Satellite Control Network, Global Positioning System, Missile Defense Agency, Naval Satellite Operations Center, and various national programs. The Contractor shall provide systems engineering, communications engineering (long haul communications circuit engineering), architecture engineering, and customer support in defining requirements, engineering and technical solutions, plus development, design and implementation of site support and installs, testing and evaluation of new and upgraded equipment, training and documentation of secure/non-secure video, data and computer network systems. The primary location to provide these services is Schriever Air Force Base, Colorado, Building 400. All responsible, capable, and interested business concerns serious about potentially submitting a proposal to provide these services are invited to respond. The Government requests that responses address the attached PWS. Responses may also include additional feedback that the respondent feels is critical to this procurement. The Government requests that responses be limited to a maximum of eight (8) pages. Any information provided by industry to the Government as a result of this sources sought synopsis is voluntary and the Government does not intend to pay for any information provided under this synopsis. Written responses will not be returned. If you are not interested in supplying this service, no response is necessary. Responses are due by 5 PM Mountain Standard Time, on Friday, 18 June 2014. Please submit your responses electronically to the following POC: 2d Lt Peter Forde, peter.forde.1@us.af.mil. Please address any questions to 2d Lt Peter Forde at 719-567-7008.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/50CS/F3R7C04120A003/listing.html)
- Place of Performance
- Address: Bldg 400, Schriever Air Force Base, Colorado, 80912, United States
- Zip Code: 80912
- Zip Code: 80912
- Record
- SN03384059-W 20140605/140603235216-561566be1cc27b6abc11cd170a801b46 (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 |