SOURCES SOUGHT
D -- NASIC IT Support Follow-on - Attachments
- Notice Date
- 2/5/2015
- Notice Type
- Sources Sought
- NAICS
- 541513
— Computer Facilities Management Services
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFLCMC/PK - WPAFB (includes PZ, WL, WW, WI, WN, WK, LP, WF, WK), 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218, United States
- ZIP Code
- 45433-7218
- Solicitation Number
- FA8604-15-R-7004
- Point of Contact
- Adam L. Smith, Phone: 937-656-7424
- E-Mail Address
-
adam.smith@wpafb.af.mil
(adam.smith@wpafb.af.mil)
- Small Business Set-Aside
- N/A
- Description
- PWS - NASIC/SC PWS - NASIC/GSP Capabilities Package This is a sources sought synopsis; there is no solicitation available at this time. Requests for solicitation will receive no response. This Sources Sought Synopsis is published for market research purposes only. This market survey is conducted to identify potential sources capable of meeting the requirements for providing Information Technology support to the National Air & Space Intelligence Center (NASIC) at Wright-Patterson AFB, OH. A proposed draft Performance Work Statement and NASIC IT Services Capability Package are attached to provide respondents a better understanding of NASIC's needs and the respondents' potential ability to meet the Government's requirements. The Information Technology support includes, but is not limited to: network hardware support; server, workstation, laptop and peripheral support; facility access control and intrusion detection IT support; storage and backup system support; multimedia support; video teleconference coordination support; Windows system administration support; Linux/Solaris/RedHat system administration support; IT infrastructure installation and maintenance; and storage and backup administration support. This effort will provide the full spectrum of IT activities needed to support NASIC's mission. This effort will require a current Top Secret Facility Clearance and TS/SCI cleared personnel. The Air Force anticipates one or more Firm Fixed Price, Indefinite Delivery Indefinite Quantity (IDIQ) contracts to be awarded. The Air Force anticipates the ordering period for the IDIQ contracts to be five (5) years. All interested parties shall submit a capabilities package which explicitly demonstrates capabilities and expertise related to this effort. Foreign contractor participation at the prime level is not permitted. The capabilities package requirements are to be presented in accordance with the attachment entitled "Capabilities package." Your package should demonstrate capabilities, expertise and past performance relevant to the requirements cited above and in the PWS. Your Capabilities Package should not exceed 30 pages and should follow the format provided. Include the following: Company Name; Address; Point of Contact; Telephone number; E-Mail Address; CAGE Code; Web Page URL; Certification of small business status; GSA Schedule 70 contract number and expiration. Additionally, please state if you are a small, small disadvantaged, 8(a), women-owned, economically disadvantaged women-owned, HUBZone, veteran-owned, and/or service-disabled veteran owned small business. Please note that we are still determining the acquisition strategy and if it becomes a small business set-aside, FAR 52.219-14, Limitations on Subcontracting, will apply. The applicable North American Industry Classification System (NAICS) code for this acquisition is 541513, Computer Facilities Management. Please submit one (1) hardcopy of your response to AFLCMC/PZITA, Attn: Adam Smith, 2275 D. St, Bldg. 16, Rm. 128, Wright-Patterson AFB, OH 45433 (937) 656-7424, and one (1) PDF formatted copy via email to Adam.Smith.71@us.af.mill and John.Schnieders@us.af.mil. Packages should be submitted no later than 12:00pm, EST, 9 March 2015. No facsimile responses will be accepted. The Government will neither award a contract solely on the basis of this synopsis nor will it reimburse the contractor for any costs associated with preparing or submitting a response to this notice. This synopsis does not constitute a Request for Quotation, Request for Proposal (RFP) or an Invitation for Bid (IFB), nor does this issuance restrict the Government's acquisition approach. The Government reserves the right to reject in whole or part any industry input as a result of this announcement. The Government recognizes that proprietary data may be a part of this effort. If so, clearly mark such restricted or proprietary data and present it as an addendum to the non-restricted/non-proprietary information. If the Government decides to award a contract for this or related effort, a solicitation will be published and posted on the FedBizOps website. If you have any questions, you may contact Adam Smith at Adam.Smith.71@us.af.mil or the Contracting Officer, John Schnieders at John.Schnieders@us.af.mil. See attached: 1. Capabilities Package 2. Draft PWS for NASIC/GSP 3. Draft PWS for NASIC/SC
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8604-15-R-7004/listing.html)
- Record
- SN03634541-W 20150207/150205235554-326f9b9f6374e2be08b3df213a46ae91 (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 |