SPECIAL NOTICE
D -- National Aerospace & Defense Contractors Accreditation Program (NADCAP) database subscription - Package #1 - Sources Sought / Notice of Intent
- Notice Date
- 9/22/2015
- Notice Type
- Special Notice
- NAICS
- 519130
— Internet Publishing and Broadcasting and Web Search Portals
- Contracting Office
- Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, Acquisition Division, AFDW/PK, 1500 W. Perimeter RD. Suite 5750, Joint Base Andrews, Maryland, 20762, United States
- ZIP Code
- 20762
- Solicitation Number
- F1DT855246A001
- Archive Date
- 10/9/2015
- Point of Contact
- Carlos D. Boglin, Phone: 240-612-6115, Ramona L. Hanson, Phone: 240-612-6192
- E-Mail Address
-
carlos.d.boglin.mil@mail.mil, ramona.l.hanson2.civ@mail.mil
(carlos.d.boglin.mil@mail.mil, ramona.l.hanson2.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Sources Sought / Notice of Intent Justification and Approval The Air Force District of Washington Contracting Activity is issuing a sources sought as a means of conducting market research to identify parties having an interest in and the resources to support the Air Force Office requirement for an online research tool that provides users with access to special process audit and advisory information that facilitates the assessment of risk and potential fraud by USAF and DoD suppliers. This information is used as objective data points that AFOSI agents and analysts can use to proactively detect and deter fraud against the USAF and DoD major acquisition programs. It is the Government's intent to award a sole source contract for National Aerospace & Defense Contractors Accreditation Program (NADCAP) in accordance with the attached Justification and Approval (J&A) for Other than Full and Open Competition. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 519130- Internet Publishing and Broadcasting and Web Search Portals. The result of this market research will contribute to determining the method of procurement. THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for quotes; submission of any information in response to this market survey is purely voluntary; and the government assumes no financial responsibility for any costs incurred. Interested parties are requested to submit tailored capability statements addressing the particulars of this effort to include supporting documentation supporting claims of organizational and staff capability. The capability statement shall include: 1) Company name, mailing address, email address, Web site address (if available), and the name, telephone number, and email address of a point of contact having the authority and knowledge to clarify responses with Government representatives. 2) Name, title, telephone number, and email addresses of individuals who can verify the demonstrated capabilities identified in the responses. 3) DUNS Number, CAGE Code, Tax Identification Number, company structure (Corporation, LLC, partnership, joint venture, etc.), and size. Companies must be registered in the System of Award Management (SAM) at www.sam.gov to be considered as potential sources. 4) If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. The government will evaluate market information to ascertain potential market capacity to: 1) Provide services/products consistent in scope and scale with those described in this notice and otherwise anticipated; and 2) Secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/NOTICE OF INTENT, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES, SOLE-SOURCED IAW THE ATTACHED J&A, OR PROCURED THROUGH FULL AND OPEN COMPETITION. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Submission Instructions: Interested parties who consider themselves qualified to provide the above-listed services are invited to submit a response to this Sources Sought Notice by 12:00 PM ET, 24 Sep 2015. All responses under this Sources Sought Notice must be emailed to MSgt Carlos Boglin, Contract Specialist at carlos.d.boglin.mil@mail.mil. A copy must also be sent to Ms. Ramona Hanson, Contracting Officer at ramona.l.hanson2.civ@mail.mil. Notice of Intent: The Air Force District of Washington Contracting Directorate (AFDW/PK) intends to award a sole-source, firm-fixed price contract to Performance Review Institute (PRI) for for National Aerospace & Defense Contractors Accreditation Program (NADCAP). In the case that no other vendor besides PRI offers the required items, this acquisition will be accomplished by using other than full and open competition procedures pursuant to the authority of FAR 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a subsequent competitive procurement. As above, all interested parties may submit a response for consideration via email to MSgt Carlos Boglin, Contract Specialist at carlos.d.boglin.mil@mail.mil. A copy must also be sent to Ms. Ramona Hanson, Contracting Officer at ramona.l.hanson2.civ@mail.mil. If you have any questions concerning this opportunity please contact: MSgt Carlos Boglin.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/11CONS/F1DT855246A001/listing.html)
- Place of Performance
- Address: Air Force District of Washington, Joint Base Andrews, Joint Base Andrews, Maryland, 20762, United States
- Zip Code: 20762
- Zip Code: 20762
- Record
- SN03898609-W 20150924/150923000221-281b797351a25963aca065b587ff884b (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 |