Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 16, 2016 FBO #5349
SOURCES SOUGHT

R -- Weapons Storage Facilty Integration Support - WSF Program Requriements

Notice Date
7/14/2016
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFNWC/PZNK, 1551 Wyoming Blvd SE, Kirtland AFB, New Mexico, 87117, United States
 
ZIP Code
87117
 
Solicitation Number
FA2360-16-R-8045
 
Archive Date
8/5/2016
 
Point of Contact
Lisa Postma, Phone: 5058464362
 
E-Mail Address
lisa.postma@us.af.mil
(lisa.postma@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
WSF Program Requirements 1. This sources sought synopsis is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Any information submitted by respondents to this sources sought synopsis is strictly voluntary. As stipulated in FAR 15.201(e), 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 notified individually of the results of any Government assessments. The Government may use the information obtained from responses to this notice in determining its acquisition approach, but the issuance of this notice does not restrict the Government's acquisition approach. The U.S. Government reserves the right to reject, in whole or in part, any input as a result of this notice. 2. Description of Effort: Air Force Nuclear Weapons Center (AFNWC) at Kirtland AFB, NM is soliciting for statement of capabilities (SOC) for Weapons Storage Facility Construction Integration Support Services. Attached are the key requirements which further describes the effort. 3. Request for Statement of Capability (SOC) from Small Businesses ONLY: All interested Small Business firms shall submit their SOC to the Contracting POCs listed below NLT 21 July 2016, 2pm MST. All SOCs shall be UNCLASSIFIED. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED and SEGREGATED. The SOC is limited to 5 pages, single spaced, 12-point Times New Roman font. The SOC shall demonstrate the following: a. Integration Support. Please describe your experience with at least one project of similar complexity of providing integration, monitoring, and analyses of execution activities to ensure proper facility design, military construction, security systems, design/installation, nuclear certification and final facility preparation activities for each facility. b. Schedule Support. Please describe your experience with at least one project of similar complexity of developing, monitoring, and analyzing multiple Integrated Master Schedules. c. Do you currently have cleared personnel who can perform the effort? Note: Personnel must have a final SECRET clearance with the ability to obtain a Restricted Data caveat (formerly Restricted Data (RD/FRD)). The SOC shall also include: a. CAGE code. b. Size status under NAICS 541990 (size standard $15M). c. Whether the responding organization is or is not a small business (SB); Historically Underutilized Business Zone SB (HUBZone); Veteran-Owned SB (VOSB); Service-Disabled Veteran-Owned SB (SDVOSB); Small Disadvantaged Business, including 8(a) Certified SB; Women-Owned SB (WOSB)/Economically Disadvantaged Women-Owned Small Business (EDWOSB); and/or Historically Black College or University. d. If applicable, appropriate GSA Schedule Contract Number and what Special Item Number(s) (SIN) potential work could be proposed under. e. If applicable, other government contracts under which this work can be performed. **Please include contract number, name and Government POC, including email address and phone number. f. If applicable, propose a more appropriate NAICS code and/or PSC if you do not agree with the Government's selection. Please include your rationale on why it would be more appropriate. g. The government believes that if they provide a simplified construction schedule that this effort could be Firm-Fixed Price with travel being Cost Reimbursable (No Fee). With the limited information provided, what type of contract do you believe best fits the work? h. The government believes this requirement does not fit the definition of a commercial acquisition - as defined in FAR 2.101, Commercial Item, and will therefore proceed with a non-commercial acquisition process. If you believe otherwise, please provide your rationale. 4. RESTRCITIONS: AFNWC is authorized to exclude all foreign participation at the prime contractor level for subject procurement. Foreign participation is prohibited at the prime contractor level. U.S. based offerors must disclose any proposed use of foreign nationals (FNs), their country(ies) of origin, the type of visa or work permit possessed, and the statement of work (SOW) tasks intended for accomplishment by the FN(s). Offerors are advised FNs proposed to perform may be restricted under U.S. Export Control Laws due to the nature of the technical data. RESTRICTION ON PERFORMANCE BY FOREIGN CITIZENS (i.e., those holding non-U.S. Passports): This topic is "Export-controlled". The information and materials provided pursuant to or resulting from this topic are restricted under the ITAR, 22 C.F.R. Parts 120 - 130 or the EAR, 15 C.F.R. Parts 710 - 774. Foreign Citizens may perform work under an unclassified award resulting from this topic only if they are designated as a US Person, as defined by 22 CFR § 120.15 or if bidder is able to obtain an export license through the Department of State or Department of Commerce. Foreign Citizens designated as US Persons are not permitted to perform work under a classified award. Foreign citizens will at no time be allowed to work on Air Force installations.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d139d15409a991eab85080ac184167f8)
 
Place of Performance
Address: Kirtland AFB, New Mexico, 87117, United States
Zip Code: 87117
 
Record
SN04182439-W 20160716/160714234654-d139d15409a991eab85080ac184167f8 (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.