SOURCES SOUGHT
R -- Engineering, Logistics, Maintenance and Operations Services for total F-16C Multi-Task Trainer (MTT) Support - Draft PWS
- Notice Date
- 1/22/2015
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Air Force, Air Force Reserve Command, HQ AF Reserve Command, 255 Richard Ray Blvd, Robins AFB, Georgia, 31098-1637
- ZIP Code
- 31098-1637
- Solicitation Number
- F16MTT2015
- Archive Date
- 2/21/2015
- Point of Contact
- Heather J McCombs, Phone: 478-327-1619
- E-Mail Address
-
heather.mccombs@afrc.af.mil
(heather.mccombs@afrc.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Drafr PWS F-16 MTT 1. THIS IS A SOURCES SOUGHT SYNOPSIS ONLY; THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. The purpose of this Sources Sought Synopsis (SSS) is to assist Headquarters Air Force Reserve Command (AFRC), Robins Air Force Base, Georgia in determining the potential level of interest, adequacy of competition, and technical capabilities within industry, especially the small business community, to provide support to the Air Force Reserve Command's Simulation Operations and Integration office with manpower support for research, develop, upgrade, install, fabricate, test, operate, maitain and support new and existing federal government platforms, systems, subsystems and items. The MTTs are located in Mesa, AZ, JRB Fort Worth, TX and Homestead ARB FL A draft Performance Work Statement is Attachment 1 to this announcement with further details. Minimum qualifications are for specific labor positions in paragraph 4.3 of the PWS. The requirement is currently under a GSA task order GS-23F-011N/FA6643-15-F-0001 with Lockheed Martin Services, Inc., Gaithersburg, MD for Software Concurrency of the F-16 and Contract FA6643-10-C-0005 with SDS International, Inc, Fredricksburg VA for Simulator Upgrade to Combat Air Force Ditributed Mission Operations Standards and On-Site Technical Support. Both orders utilize Time and Material Line Items. This SSS is solely intended to obtain Market Research information in accordance with the Federal Acquisition Regulation (FAR) Part 10 and its supplements to formulate an acquisition strategy for procurement of these critical services. The North American Industrial Classification System (NAICS) code for this requirement is 541330, Engineering Services with the Product Services Code R414, Systems Engineering Services SPECIAL REQUIREMENTS A DD Form 254 Contract Security Classification shall apply to this requirement and the prime contractor shall have a "Secret" Facility Clearance. ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITY STATEMENTS) A draft PWS is attached for review. Please note that this document is subject to change. Feedback from industry is being sought on the PWS and suggestions/recommendations on CLIN structure for the basic contract award. Industry is also being solicited to suggest performance metrics related to each PWS task area. Interested parties are requested to submit a capabilities statement of no more than ten (10) pages in length in Times New Roman font no less than 10 pitch. This documentation must address at a minimum the following items: 1) What type of work has your company performed in the past in support of the same or similar requirement? Please provide details 2) Can or has your company managed a team of subcontractors before? If so, provide details. 3) What specific technical skills does your company possess which ensure capability to perform the tasks? It is requested that in response to the Sources Sought, the company explain its capability to accomplish the work specified in the PWS. If the compny finds itself not capable to perform all parts of the PWS, please specify which portions of the PWS it is not capable of accomplishing. If the company will be teaming or utilizing subcontractors, please include information regarding which work the subcontractor will be responsible for and how the prime will determine the subcontractor is capable of accomplishing the work. Also, if the company has any questions about the structure of the PWS, please identify tose in the response. 4) Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations and a DUNs number. The period of performance consists of a 1 basic year with 4 Option Years with a six month short option.with performance to begin in August 2015. Your response to this Sources Sought including any capabilities statement, shall be electronically submitted to the Contract Specialsit, Heather McCombs in either Microsft Wort of Portable Document Format (PDFP, via email at Heather.Mccombs@us.af.mil. All data received in response to this Sources Sought that is maked or designated as corporate or priprietay will be fully protected from any releease outside the Government. The deadline for the capabiltiy satement submission is 1400 EDT, 6 Feb 2015 2. Respondents are requested to provide a narrative addressing (1) technical capabilities to meet the requirements with specific emphasis on the Taskings in the PWS and (2) potential level of interest in responding to a solicitation as a prime contractor. 3. This SSS does not constitute a Request for Proposal (RFP), a commitment to issue an RFP in the future, or award a contract for these services. Respondents are advised that the U.S. Government will not pay or reimburse costs for any information provided in response to this SSS. 4. Responses to this SSS are to be submitted by email only no later than Friday, 6 Feb 2015 to Heather.Mccombs@us.af.mil. All responses from prospective offerors should include the return email address, firm name, CAGE code, DUNS number, mailing address, telephone number and point of contact within the body of the response.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFRC/HQAFRC/F16MTT2015/listing.html)
- Place of Performance
- Address: 255 Richard Ray Blvd, Robins AFB, Georgia, 31098-1637, United States
- Zip Code: 31098-1637
- Zip Code: 31098-1637
- Record
- SN03622088-W 20150124/150122234629-6f8cc9622bf7a8262ab47e35cf471159 (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 |