Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 05, 2015 FBO #5125
SOURCES SOUGHT

99 -- Special Operations Assault Zone Services - Draft PWS

Notice Date
12/3/2015
 
Notice Type
Sources Sought
 
NAICS
488111 — Air Traffic Control
 
Contracting Office
Department of the Air Force, Air Force Special Operations Command, 27 SOCONS, 110 E. Alison Ave, Cannon AFB, New Mexico, 88103-5321, United States
 
ZIP Code
88103-5321
 
Solicitation Number
FA4855-16-R-0020
 
Archive Date
1/19/2016
 
Point of Contact
John M. Takats, Phone: 5757846153, Patricia L Thatcher, Phone: 575-784-2890
 
E-Mail Address
john.takats@us.af.mil, patty.thatcher@cannon.af.mil
(john.takats@us.af.mil, patty.thatcher@cannon.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Draft PWS of services, not final copy. This is a Sources Sought Notice in accordance with FAR Part 10, Market Research. This is for planning purposes only to assist in determining if this effort can be obtained competitively as an 8(a) Set-Aside under the Small Business 8(a) program. There is no solicitation available at this time. The purpose of this sources sought is to gain knowledge of interest, capabilities and qualifications of various business concerns that might be interested to compete. The Government will use this information to determine the best acquisition strategy for this procurement. The Government is interested in 8(a) business concerns. The Government requests that interested parties respond to this notice if capable and identify your small business status to the identified NAICS code. If a solicitation is released, it will be synopsized and posted on the www.fbo.gov website. It is the responsibility of the potential offerors to monitor that site for additional information pertaining to this requirement. The applicable North American Industrial Classification System (NAICS) code assigned to this effort is 488111 (Air Traffic Control) with the Small Business Size Standard in millions of dollars $32.5. Please advise if the requirement is considered a commercial or commercial-type service. A commercial item is defined in FAR 2.101. Please address if the requirement cannot be firm fixed priced, and provide supporting rationale to address what contract pricing type is appropriate for this type of service. Additionally, provide comments regarding the draft Performance Work Statement (PWS) where it is not in compliance with commercial standards/practices and give recommended changes, additions, or deletions for consideration. INFORMATION AND INSTRUCTIONS: Respondents must include the following information within their statement of capability packages. Capability packages shall not exceed 10 single-sided pages in length; a. Company Information: Your Company's name, address, point of contact with e-mail address and telephone number, Federal Cage Code, Data Universal Numbering System (DUNS), and business size. Your company must be registered in System for Award Management (SAM). To register, go to https://www.sam.gov. b. A Statement of Capabilities demonstrating the skills, experience, knowledge, and capabilities necessary to perform the work specified within the summary of requirements outlined in this Sources Sought Notice and the draft PWS. Failure to provide adequate documentation may prevent the government from being able to adequately assess your capabilities. If you lack sufficient experience in a particular area, submissions are still encouraged. Request you provide details in how your company would overcome the lack of experience/capabilities prior to a contract award in order to perform that portion of the requirement (i.e., teaming, subcontracting, etc.) Please limit your relevant past performance to the past three years and include the Contract Number(s) or Customer/Company Name. The anticipated period of performance will be for a one year base period and four (4) one year options. The contractor shall provide a work force possessing the skills, knowledge and training to satisfactorily perform the services required in the draft PWS. c. Capability package responses shall be sent via e-mail to both john.takats@us.af.mil and patricia.thatcher@us.af.mil. Oral communications ARE NOT acceptable in response to this notice. Paper copies of this announcement will not be provided. Any information received will be used solely for the purpose of market research. GOVERNMENT RESPONSIBILITY: This Sources Sought should not be construed as a commitment by the Government for any purpose. Any information submitted by respondents to this sources sought is strictly voluntary and will be used solely for the purpose of market research. To the maximum extent possible, please submit non-proprietary information. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All Government and contractor personnel reviewing sources sought will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described in 41 U.S.C. 423. Questions on this notice shall be submitted via e-mail to both of the following: John Takats, john.takats@us.af.mil and Patricia Thatcher, patricia.thatcher@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSOC/FA4855/FA4855-16-R-0020/listing.html)
 
Place of Performance
Address: Cannon AFB and Melrose Range, New Mexico, 88101, United States
Zip Code: 88101
 
Record
SN03959860-W 20151205/151203234330-4d098479a52a4b31aceedee334f20f88 (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.