SOURCES SOUGHT
R -- AFIT A&AS Bridge Sources Sought - AFIT PWS / INFO MATRIX
- Notice Date
- 10/24/2016
- Notice Type
- Sources Sought
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- 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
- FA8622-17-C-8100
- Archive Date
- 11/22/2016
- Point of Contact
- James A Leighty, Phone: 9379046388
- E-Mail Address
-
james.leighty.1@us.af.mil
(james.leighty.1@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- INFO MATRIX PWS 2 PWS 1 This is a Sources Sought Synopsis for the Air Force Life Cycle Management Center, Wright-Patterson AFB, OH. This Sources Sought Synopsis does not constitute a Request for Proposal (RFP) or Request for Quote (RFQ), nor does this issuance restrict the Government's acquisition approach. Wright-Patterson AFB is requesting information on Air Force (AF) Advisory and Assistance Services (A&AS) in support of the Air Force Institute of Technology. The purpose of this RFI is for market research to identify potential contractors capable of providing AFIT A&AS support in accordance to the attached Performance Work Statement (PWSs). The Government anticipates two Cost Plus Fixed Fee contracts, consisting of one base month, plus five (5) option months. The period of performance of the base month is anticipated to be 1 December 2016 through 31 December 2016. These contracts will only be issued in the event source selection schedule delays and will act as a bridge as these requirements are in the process of being subsumed by the AFLCMC ENGINEERING, PROFESSIONAL, and ADMINISTRATIVE SUPPORT SERVICES (EPASS) program. CAPABILITY PACKAGE REQUIREMENTS: 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 disadvantaged business (SDB), women-owned small business (WOSB), economically disadvantaged women-owned small business (EDWOSB), 8(a)-certified business, service-disabled veteran-owned small business (SDVOSB), veteran-owned small business (VOSB), or Historically Underutilized Business small business (HUBZone). All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. The NAICS code for this requirement, if applicable to the company's capabilities, should be included in the company's NAICS code listing in SAM. The Air Force has not yet determined the acquisition strategy for this requirement, including whether a set-aside strategy is applicable. Note 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 Federal Acquisition Regulation (FAR) clause 52.219-14. Your response should demonstrate capabilities and expertise by completing the attached Information Matrix and providing information in a narrative form which further demonstrates proficiency in the capabilities detailed in the Performance Work Statements. Please do not include cost or pricing information. Your response shall be in 12 point font and not exceed 4 pages. Please submit your responses via e-mail to Mr. James A Leighty at james.leighty.1@us.af.mil. Packages should be submitted no later than 12:00 p.m. NOON EST, 7 November 2016. No facsimile responses will be accepted. The Government will neither award a contract solely on the basis of this RFI nor will it reimburse the contractor for any costs associated with preparing or submitting a response to this notice. The Request for Proposals (RFP) or Request for Quotes (RFQ) will be issued electronically. The RFP/RFQ will be issued TBD. This synopsis does not constitute a Request for Quotation, 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 James A Leighty at james.leighty.1@us.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8622-17-C-8100/listing.html)
- Place of Performance
- Address: 2275 D Street, Wright-Patterson, AFB, Ohio, 45433, United States
- Zip Code: 45433
- Zip Code: 45433
- Record
- SN04311411-W 20161026/161024234501-25e3ecf002553f44eeb7406c34180819 (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 |