Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 06, 2016 FBO #5278
SOURCES SOUGHT

D -- TopVue Maintenance and Training

Notice Date
5/4/2016
 
Notice Type
Sources Sought
 
NAICS
511210 — Software Publishers
 
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
FA8604-16-R-7011
 
Archive Date
6/21/2016
 
Point of Contact
Joseph R. McCartan, Phone: 9376567475
 
E-Mail Address
joseph.mccartan@us.af.mil
(joseph.mccartan@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
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 Sources Sought Synopsis is conducted to identify potential sources capable of meeting the requirements for providing Contract Data Requirements List Vue (CDRL Vue) software maintenance renewal and basic user training. The Air Force anticipates a Firm Fixed Price contract will be awarded. The Air Force anticipates a twelve-month Period of Performance (PoP) on the basic contract with possible four (4) one-year options. The Air Force anticipates this acquisition will utilize procedures outlined in Federal Acquisition Regulation (FAR) Part 12, 'Acquisition of Commercial Items', and FAR Part 15, 'Contracting by Negotiation'. Information is being collected from all potential sources at this time. Firms responding to this announcement should indicate whether they are a large business, small business, small disadvantage business (SDB), women-owned small business (WOSB), 8(a)-certified business, service-disabled veteran-owned small business (SDVOSB), veteran-owned small business (VOSB), or Historically Underutilized Business small business (HUBZone). The National American Industry Classification System (NAICS) code for this action is 511210. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. Prospective contractors are cautioned to ensure that the proper NAICS code appears in their SAM. The Air Force has not yet determined the acquisition strategy for this requirement, including whether a set-aside strategy is applicable. Not that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime contractors must perform over 50% of the effort, as defined in FAR clause 52.219-14. All interested parties shall submit a capabilities package. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. Recent, relevant experience in all areas should be provided, including whether this experience was as a prime or subprime contractor, whether it was in support of a Government or commercial contract, and what the scope of the experience was. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. Interested contractors will clearly explain how they intend to meet the stated requirements. Your statement of capabilities should include the following: Company Name; Address; Point of Contact; Telephone number; E-Mail Address; CAGE Code; Web Page URL; and Small business size certification if applicable. Please submit one (1) electronic copy of your response to joseph.mccartan@us.af.mil. Statements should be submitted no later than 06 June 2016 3:00 PM EST. The Government will endeavor to answer any questions interested parties may have. All questions must be submitted in writing to joseph.mccartan@us.af.mil. 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 (RFQ), 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 FedBizOpps website. If you have any questions, you may contact Joseph McCartan, joseph.mccartan@us.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8604-16-R-7011/listing.html)
 
Place of Performance
Address: Area B, Building 16, Room 098, 2275 D Street, Wright Patterson AFB, OH 45433, United States
Zip Code: 45433
 
Record
SN04105766-W 20160506/160504234707-e1d26bee3ffc3e183d21e45c4bca5e42 (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.