Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 09, 2016 FBO #5465
MODIFICATION

R -- AFTAC Task Manager - Responses to Questions

Notice Date
11/7/2016
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, AMIC DET 2, AMIC DET 2 OL/PKA, 10989 South Patrick Drive, Patrick Air Force Base, Florida, 32925, United States
 
ZIP Code
32925
 
Solicitation Number
FA7022-17-R-TASK
 
Archive Date
11/24/2016
 
Point of Contact
Michelle L Riisma, Phone: 3214949018, Jody G. Desormeaux, Phone: 3214940511
 
E-Mail Address
michelle.riisma@us.af.mil, jody.desormeaux.1@us.af.mil
(michelle.riisma@us.af.mil, jody.desormeaux.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Responses to Questions SOURCES SOUGHT ANNOUNCEMENT AMIC DET 2 OL/PKA is seeking sources for the Air Force Technical Applications Center (AFTAC) Enterprise Task Manager. CONTRACTING OFFICE ADDRESS: AMIC DET 2 OL/PKA 10989 South Patrick Drive Patrick AFB, FL 32925 INTRODUCTION: This is a SOURCES SOUGHT ANNOUNCEMENT to acquire services for the AFTAC to aid in developing, managing and operating an AFTAC Task Management system, and provide support evaluating and planning technical tasks ensuring AFTAC mission success. The Performance Work Statement (PWS) is found in Attachment 1, PWS. The Government anticipates an acquisition strategy of a competitive set-aside for small business concerns for this requirement and resulting solicitation. As such, this Sources Sought announcement provides an opportunity for small businesses (including the following subsets, Small Disadvantaged Businesses (SDB), Certified 8(a), Veteran-Owned Small Business (VOSB), Service-Disabled Veteran-Owned Small Business (SDVOSB), HUBZone Small Business (HSB). Women-Owned Small Business (WOSB), Economically Disadvantaged Women-Owned Small Business (EDWOSB), Historically Black College or University or Minority Institute (HBCU/MI), Indian Tribe or Alaskan Native Corporation to participate. In accordance with FAR Part 10, Market Research, AMIC DET 2 OL/PKA is seeking information for potential sources for a follow-on Task Manager contract to provide an estimated one Full-Time-Equivalent (FTE) to aid in developing, managing and operating an AFTAC Task Management system, and provide support evaluating and planning technical tasks ensuring AFTAC mission success. The anticipated contract will have a one-year base with two one-year options In order to effectively meet the program requirements, the contractor must have a final U.S. Government issued TOP SECRET security clearance for Sensitive Compartmented Information (SCI) access on the first day of contract award. Due to the security requirements of the work location, no work can be performed until appropriate facility and personnel clearances are obtained. Furthermore, a resultant contract has an inherent organizational conflict of interest and, thus, the contractor will be prohibited from bidding on or receiving an award for any other AFTAC contract for the duration of this contract. 1.0 SOURCES SOUGHT INFORMATION: 1.1 AFTAC has a requirement for services to aid in developing, managing and operating an AFTAC Task Management system, and provide support evaluating and planning technical tasks ensuring AFTAC mission success. 1.2 DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP), REQUEST FOR QUOTE (RFQ) OR AN INVITATION FOR BID (IFB). IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. THE GOVERNMENT MAY USE THE INFORMATION OBTAINED FROM RESPONSES TO THIS NOTICE IN DETERMINING ITS ACQUISITION APPROACH. THE ISSUANCE OF THIS NOTICE DOES NOT RESTRICT THE GOVERNMENT ACQUISITION APPROACH. 1.3 REQUIRED CAPABILITIES: Interested firms should submit information as to the capabilities, capacity and experience to perform the requirements set forth in the draft performance work statement, Attachment 1. The position will require a BS/BA degree with 5+ years of relevant experience. The capabilities package should describe relevant contract experience offered to Government and commercial customers, include a reference to the contract number, magnitude, place of performance and points of contact for each example provided (name, POC, mailing address, e-mail, telephone number, fax number and the company's web page (if applicable)). Submitted information shall be UNCLASSIFIED. 1.4 SPECIAL REQUIREMENTS: TOP SECRET Facility Clearance is required. Contractor personnel for this requirement (1 FTE) will require a final adjudicated U.S. Government issued TOP SECRET security clearance for Sensitive Compartmented Information (SCI) access on the first day of contract award. There is potential for this position to have access to financial information and possibly proprietary information resulting in an organizational conflict of interest, thus, the contractor will be prohibited from bidding on or receiving an award for any other AFTAC contract for the duration of this contract. Furthermore, any contractors or subcontractors with an active AFTAC contract will be prohibited from bidding on a resulting solicitation for this requirement. 1.5 NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM CODE (NAICS) : The anticipated NAICS Code is 541330, Exception A - Military and Aerospace Equipment and Military Weapons. The corresponding Small Business size standard in millions of dollars is $38.5M. In order to make a determination for a Small Business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications. 1.6 OMBUDSMAN - AFFARS 5352.201-9101 (APR 2014): (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, Lt Col Aaron D. Judge, 129 Andrews St, Langley AFB, VA 23665-2769, phone number (757) 764-5372, facsimile number (757) 764-4400, E-mail address: aaron.judge@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/AFISRA/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431. (INTERIM CHANGE: See Policy Memo 14-C-05). (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of Clause) 1.7 SUBMISSION DETAILS : Vendors interested in responding to this announcement should submit unclassified technical capabilities statement via email NLT, 9am, Eastern Standard Time (EST), on 9 November 2016, to Contract Specialist Ms. Michelle Riisma at michelle.riisma@us.af.mil AND Contracting Officer Mr. Jody Desormeaux at jody.desormeaux.1@us.af.mil. NO PHONE CALLS OR FAXES WILL BE ACCEPTED. CLASSIFIED information will NOT be accepted. The Government will not award a contract solely on the basis of this Sources Sought, nor will it reimburse the contractor for any costs associated with preparing or submitting a response to this notice. Responses shall be limited to ten (10) pages. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information. Please be advised that all submissions become Government property and will not be returned. It is the submitter's sole responsibility to verify the e-file was received and can be viewed. 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 responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified. 1.8 RESPONSES SHALL INCLUDE : a) Business name and address; b) Name of company representative and their business title; c) Business Size and Type of Small Business (if applicable); d) Cage Code; e) DUNS Number; f) Capabilities statement package (no more than ten pages) demonstrating ability to perform in accordance with paragraphs 1.3, 1.4 and 1.5 above and Attachment 1, PWS. g) Contract vehicles that would be available to the Government for the procurement of the product and service to include General Service Administration (GSA), GSA OASIS, NIH, NASA SEWP, Federal Supply Schedules, or any other Government Agency contract vehicle. (This information is for market research only and does not preclude your company from responding to this notice.) h) Firms responding must state whether they are a Small Business (SB), Veteran-Owned Small Business (VOSB), Service-Disabled Veteran-Owned Small Business (SDVOSB), HUBZone Small Business (HSB), Small Disadvantaged Business (SDB), Women-Owned Small Business (WOSB), Economically Disadvantaged Women-Owned Small Business (EDWOSB), Historically Black College or University or Minority Institution (HBCU/MI), 8(a) firm, an Indian Tribe or Alaskan Native Corporation or a large business based on the size standards in Para 1.5 above. 1.9 QUESTIONS : Questions regarding this announcement shall be submitted in writing by e-mail to the Contracting POC stated in Para 1.7 above. Verbal, phone or fax questions will NOT be accepted. Answers to questions will be posted on the FedBizOpps website. Questions shall NOT contain proprietary or classified information. 1.10 SUMMARY : THIS IS A SOURCES SOUGHT to identify potential contractors that can provide non-personal services for the AFTAC to aid in developing, managing and operating an AFTAC Task Management system, and provide support evaluating and planning technical tasks ensuring AFTAC mission success. The information provided in this announcement is subject to change and is not binding on the Government. AFTAC has not made a commitment to procure any of the services discussed and release of this Sources Sought should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d38da6751bd59d420009a9a729d3cae4)
 
Place of Performance
Address: 10989 South Patrick Drive, Patrick AFB, Florida, 32925, United States
Zip Code: 32925
 
Record
SN04322431-W 20161109/161107234735-d38da6751bd59d420009a9a729d3cae4 (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.