SOURCES SOUGHT
A -- RFI - National Radar Cross-Section Test Facilities Operation and Maintenance - Request For Information - FA2486-16-R-0005-RFI
- Notice Date
- 12/4/2014
- 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 Materiel Command, AFTC/PZZ, 102 W D Ave, Bldg 11, Ste 202, Eglin AFB, Florida, 32542, United States
- ZIP Code
- 32542
- Solicitation Number
- FA2486-16-R-0005-RFI
- Archive Date
- 1/6/2015
- Point of Contact
- Jonathan A. Heitkam, Phone: 5755721245, Lisa Younghanse, Phone: 8508820177
- E-Mail Address
-
jonathan.heitkam.2@us.af.mil, lisa.younghanse@us.af.mil
(jonathan.heitkam.2@us.af.mil, lisa.younghanse@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Request For Information - Attachment 3, Draft Technical Requirements Document Request For Information - Attachment 2, Draft Performance Work Statement Request For Information - Attachment 1, Table and Questions Request For Information Document/Instruction THIS ANNOUNCEMENT IS NOT A NOTICE OF SOLICITATION ISSUANCE. THIS IS A REQUEST FOR INFORMATION (RFI) FOR PLANNING PURPOSES ONLY. The Government is seeking industry input from all sources regarding a potential enterprise technical support services contract inclusive of operations and maintenance/sustainment, engineering, test, management and administration, security and safety/environmental services for this test and training range/facilities. This acquisition anticipates providing the NRTF and its customers with superior and cost-effective test and engineering services. Respondents will not be notified of the responses to this RFI. As stipulated in FAR 15.201(e), responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. In accordance with FAR 52.215-3, this RFI is protected pursuant to the Freedom of Information Act and other laws and regulations. Information identified by a respondent as "Proprietary or Confidential" will not be disclosed outside of Government channels. While a final decision has not been determined, the North American Industry Classification Systems (NAICS) code is preliminarily set as 541712. A set-aside determination has not been made, but is being considered. SECTION 1 - BACKGROUND: The mission of the NRTF is to deliver accurate, timely, cost-effective and secure radar cross section and antenna test data to the DoD and Industry low observable and electronic combat communities. This is accomplished by providing: test operations and maintenance of the designated test areas; management and administration activities including balancing test requirements, maintenance, engineering and occupational health requirements with cost, performance, and schedule; engineering activities which includes planning and upgrades; security; and safety and environmental support. The period of performance for the current NRTF O&M contract expires 30 September 2016. Reference the draft PWS and draft TRD included with this announcement for additional information. SECTION 2 - PURPOSE OF RFI: This RFI is issued for the purpose of communicating the NRTF's O&M program requirements to industry. The NRTF's program team intends to use information gathered from these interactions to gain an awareness of capabilities, determine interested parties, and to support formulation of an acquisition strategy. Early industry involvement in creating a properly scaled enterprise solution is critical to the success of this contemplated acquisition. SECTION 3 - SCOPE OVERVIEW: The scope and breadth of the NRTF's O&M program is anticipated to address the requirements on the current NRTF O&M contract; however, specific requirements for the new NRTF O&M program will be defined in successive postings as the follow-on strategy continues to be developed. The NRTF O&M program team is contemplating a competitive acquisition, with primary performance at the RAMS facility located on White Sands Missile Range. SECTION 4 - QUESTIONS: In order to inform the government of the breadth of the industry base and the relative expertise, please provide information to satisfy the table and questions located in Attachment 1. SECTION 5 - RESPONSE INSTRUCTIONS: We look forward to reviewing your ideas for this acquisition; please be concise. All responses must be in Microsoft Word format and shall be no more than 20 double-spaced pages in length (8.5" x 11", using not smaller that 12 point font, 1" margins). Any documents exceeding 20 pages will be truncated at 20 pages. Responses should identify whether they are a Large Business, Small Business, Very Small Business, Small Disadvantaged Business, 8(a) Program Small Business, Woman-owned Small Business, HUBZONE Small Business, Veteran-owned Small Business, Service disabled Veteran-owned Small Business, and/or a Native American Small Business under the preliminary NAICS code of 541712. Responses should also include the company name, Cage Code, DUNS code, point of contact and address. Please do not provide standard marketing brochures, catalogs, etc. Responses to the RFI and Attachment 1 are due no later than 22 Dec 2014 by 1300 MST. SECTION 6 - COMMENTS ON DRAFT PWS AND DRAFT TRD: The government is seeking industry comment on the attached draft documents. All responses must be in Microsoft Word format and shall be no more than 10 double-spaced pages in length (8.5" x 11", using not smaller that 12 point font, 1" margins). Any documents exceeding 10 pages will be truncated at 10 pages. Responses to the draft PWS and draft TRD are due no later than 5 January 2015 by 1300 MST. SECTION 7 - ADDITIONAL INFORMATION : No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released, it will be posted on FedBizOps.gov. Interested offerors shall send responses by electronic mail to Jon Heitkam at jonathan.heitkam.2@us.af.mil ; Lisa Younghanse at lisa.younghanse@us.af.mil ; and Desiree Craig at desiree.craig.2@us.af.mil. When responding, reference NRTF O&M FA2486-16-R-0005 RFI No. 1.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/94a198a239de93d415b0df0ecf6b77ea)
- Place of Performance
- Address: Holloman AFB / White Sands Missile Range (WSMR), New Mexico, Holloman AFB, New Mexico, 88330, United States
- Zip Code: 88330
- Zip Code: 88330
- Record
- SN03587183-W 20141206/141204234611-94a198a239de93d415b0df0ecf6b77ea (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 |