Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 24, 2015 FBO #4961
SOURCES SOUGHT

U -- Cyber Operations Formal Training Support (CyOFTS II) - CyOFTS II Sources Sought Questionnaire

Notice Date
6/22/2015
 
Notice Type
Sources Sought
 
NAICS
611420 — Computer Training
 
Contracting Office
Department of the Air Force, Air Force Space Command, 38 CONS, 4064 Hilltop Road, Tinker AFB, Oklahoma, 73145-2713, United States
 
ZIP Code
73145-2713
 
Solicitation Number
FA8773-15-R-8002
 
Archive Date
7/28/2015
 
Point of Contact
Shela M. Colon, Phone: 4057368736, Anthony Owens, Phone: 405-734-9637
 
E-Mail Address
shela.colon.1@us.af.mil, anthony.owens.7@us.af.mil
(shela.colon.1@us.af.mil, anthony.owens.7@us.af.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
Sources Sought Questionnaire Sources Sought Questionnaire THIS IS A SOURCES SOUGHT NOTICE FOR MARKET RESEARCH PURPOSES ONLY. It is not a Request for Proposal, a Request for Quotation, an Invitation for Bid, a solicitation, or an indication the US Air Force or the 38 CONS will contract for the items contained in this sources sought notice. 38 CONS will not pay respondents for information provided in response to this notice. The proposed future contract is being considered for an SBA competitive 8a Business Development Program set-aside. The North American Industry Classification System (NAICS) Code proposed for the requirement is 611420. The size standard for NAICS 611420 is $11.0M. The government is interested in all 8(a) small businesses that are interested in performing this requirement. The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status, anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers. Any responses involving teaming arrangements should delineate between the work will be accomplished by the prime and the work accomplished by the teaming partners. The Government will use this information in determining its small business set-aside decision. The "Draft" Performance Work Statement (PWS) are attached to this sources sought as well as a detailed questionnaire. The PWS is provided to give interested parties an understanding of the scope and magnitude of this potential requirement. The questionnaire is to be completed and provided as part of your submission to this notice. It is important that answers be sufficiently detailed to provide the Government an understanding of your experience and capabilities relative to the specific questions. A simple yes/no answer in most cases will not be sufficient to determine capability. Submissions in response to this notice must include a completed questionnaire and an additional capability narrative that includes any additional information not clearly demonstrated in the questionnaire and the information requested in paragraph 2. Please include your company's Point of Contact's: name, phone number, fax number, e-mail address, and mailing address. We also request as part of the narrative response is answers to the following questions in order to determine appropriate contract type and acquisition strategy. a. List any contract vehicles you are affiliated with and for which this requirement is within scope. b. Explain whether your company can provide the best pricing arrangement under an existing contract or open market. c. Identify the contract type (e.g. Firm Fixed Price (FFP), Cost Type, etc. you believe is the most appropriate for the requirement and any limitations to your ability to propose a FFP. d. Identify how you could best meet the Air Force's goal for cost savings in the out years through a pricing methodology or otherwise. e. Provide your enrollment status in the System for Award Management. If you are enrolled, provide the expiration date. Interested Contractors should identify any potential organizational conflicts of interest, reference FAR 9-505-1. Please submit any questions regarding this Sources Sought Notice, to include comments or issues concerning the PWS that would render the submission of a proposal difficult, to the individuals listed in this notice by 3:00PM CST, 13 July 2015, All responses shall be unclassified. All responses, correspondence and/or questions related to this sources sought shall be submitted to the POCs ONLY.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/192fb08a540117d10919d53fc6069177)
 
Place of Performance
Address: Primary Place of Performance is :, 39th Information Operations Squadron, Hurlburt Field, Florida, 32544, United States
Zip Code: 32544
 
Record
SN03772128-W 20150624/150622235428-192fb08a540117d10919d53fc6069177 (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.