SOURCES SOUGHT
B -- Detailed Planning and Analysis for United States Air Force (USAF) F-35 Product Support Integrator (PSI) - 20160711_USAF_PSI_PLANNING - Sources Sought Synopsis - FULL TEXT
- Notice Date
- 7/11/2016
- Notice Type
- Sources Sought
- NAICS
- 541611
— Administrative Management and General Management Consulting 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
- 20160711_USAF_PSI_PLANNING
- Archive Date
- 8/9/2016
- Point of Contact
- James M. Van Oss, Phone: 9376569285
- E-Mail Address
-
james.vanoss@us.af.mil
(james.vanoss@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- This is the FULL TEXT of the sources sought synopsis, 20160711_USAF_PSI_PLANNING. PURPOSE: This market survey is being conducted to identify potential sources that may possess the expertise, capabilities, and experience to meet the requirements for a detailed planning and analysis effort in support of implementation of an F-35 Product Support Integrator (PSI) led by the United States Air Force (USAF). All interested firms shall submit a response demonstrating their capabilities to fulfill the requirement detailed herein to the primary point of contact listed below. The NAICS Code to be used for this acquisition is 541611 with a $15M dollar size standard. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent acquisition. CAUTION: This sources sought notice is not to be construed as a commitment by the Government. As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. Respondents will not be individually notified of the results of any Government assessments. While industry sources are requested to provide full and comprehensive responses to this questionnaire, they are reminded that all information is voluntary, and the Government will not reimburse sources in any way for responses provided. Likewise, a company's participation in the market research via this questionnaire does not obligate the Government to enter into any contractual agreement, either formally or informally, with a company and a company's participation in this survey may not ensure participation in future solicitations or contract awards. The level of security clearance and amount of foreign participation in this requirement has not been determined. SMALL BUSINESS PARTICIPATION AND UTILIZATION: The Government's evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business designation (e.g. SDVOSB, HUBZone, 8(a), EDWOSB). If market research leads to a decision to competitively award this requirement, IAW DFARS 215.304, the extent of participation of small businesses shall be addressed in source selection. The contracting officer will evaluate the extent to which offerors identify and commit to small business performance of the contract, whether as a joint venture, teaming arrangement, or subcontractor. This evaluation factor will be separate from subcontracting plans submitted pursuant to the clause at FAR 52.219-9. Information submitted in response to the Small Business Utilization section will be used to inform the Government of Small Business opportunities available in the marketplace, and will lead to an evaluation appropriate to the acquisition. Per DFARS PGI 215.304, evaluation criteria may include the extent to which such firms are specifically identified in proposals, the extent of commitment to use such firms, the complexity and variety of the work small firms are to perform, and the realism of the proposal. INSTRUCTIONS: 1. In the below paragraphs (please see the attachment for the full document to include the paragraphs), a description of the requirement is provided along with a Contractor Capability Survey. 2. After reviewing these documents, interested parties are requested to provide documentation supporting your company's capability in meeting these requirements in accordance with the instructions that follow. Failure to provide documentation may result in the Government being unable to adequately assess your capabilities. If experience in a particular area is lacking or otherwise inadequate, provide details explaining how the lack of experience/capabilities can be overcome in order to perform that portion of the requirement (i.e., teaming, subcontracting, etc.) 3. Both large and small businesses are encouraged to participate in this market research. 4. Questions relative to this market survey should be addressed to James Van Oss, (937) 656-9285, james.vanoss@us.af.mil. PLEASE SEE ATTACHMENT FOR THE REMAINDER OF THIS DOCUMENT
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/20160711_USAF_PSI_PLANNING/listing.html)
- Place of Performance
- Address: 1865 4th Street, Building 14, Room 208, Wright Patterson AFB, Ohio, 45433, United States
- Zip Code: 45433
- Zip Code: 45433
- Record
- SN04178312-W 20160713/160711235237-fddbd1d8920eb0ab63d5ad5041a1c833 (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 |