Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 07, 2016 FBO #5493
SPECIAL NOTICE

R -- SMC Acquisition and Financial Support Follow-on (SAFS-2) A&AS Services - Package #1

Notice Date
12/5/2016
 
Notice Type
Special Notice
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Department of the Air Force, Air Force Space Command, SMC - Space and Missile Systems Center, 483 North Aviation Blvd, El Segundo, California, 90245-2808
 
ZIP Code
90245-2808
 
Solicitation Number
FA8802-16-R-0006
 
Archive Date
12/21/2016
 
Point of Contact
Maria Jimenez, Phone: 310-653-2232, Mayte Diaz-Dreyer, Phone: 310-653-5390
 
E-Mail Address
maria.jimenez@us.af.mil, mayte.diaz-dreyer@us.af.mil
(maria.jimenez@us.af.mil, mayte.diaz-dreyer@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Description: The Space and Missile Systems Center (SMC), Los Angeles Air Force Base, hereby issues the following Request for Information (RFI). Background & Introduction: The Space and Missile Systems Center (SMC), Los Angeles Air Force Base (AFB), CA is in the midst of establishing requirements for a follow-on acquisition to replace the SMC Acquisition and Financial Support (SAFS) contract. SAFS provides Advisory & Assistance Services (A&AS) support for acquisition, financial management, data management, configuration management, and administrative support. The current ordering period of the contract ends 20 December 2017 with two (2) years of execution. SMC is investigating the advantages/disadvantages of establishing a follow-on acquisition, called SAFS Follow-on (SAFS-2). This acquisition intends to acquire acquisition, financial and administrative support services for the center. SMC is requesting information to determine the most appropriate course of action to establish a contract vehicle. The first task order is expected to be transitioned in the first quarter of FY18. Request for Information: The primary purpose of this RFI is to survey and better determine the current dynamics and market availability of A&AS support for SMC. Request industry provide feedback and provide responses to the attached SMC A&AS Market Survey Questionnaire. In addition, the Government is seeking Statements of Capability (SOC) from industry in response to Question 4 of the Market Survey Questionnaire. As referenced throughout the questionnaire, Section 3 Requirements of the SAFS PWS has been attached. This is intended to be used as a reference for a general scope of the requirements anticipated for the follow-on. This excerpt is not intended to be a draft of the SAFS-2 PWS. For this RFI, the Government may use the information submitted by the respondents to assist in developing the acquisition strategy. Responses from small businesses and small disadvantaged businesses are highly encouraged. Request for Information Submission Details: Responses shall not exceed ten (10) pages in total. The Government will not consider responses in excess of ten (10) pages. This page limit includes the response to the Questionnaire and SOC. Page size shall be 8.5 x 11 inches; single-spaced with text no smaller than 12-point font size Times New Roman; font size within graphics and tables shall be no smaller than 8-point, Times New Roman. Margins shall be one-inch on all sides. The title page front matter such as transmittal letter, cover page, and table of contents will not count against the page limit. SOC Classification : Respondents shall provide an unclassified response to this RFI. Respondents shall indicate whether their responses contain proprietary information, if the respondents wish for the responses to be handled as such. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified. Please be advised that all submissions become Government property and will not be returned. SOC format : The SOC response front matter such as transmittal letter, cover page, and table of contents will not count against the page limit. Include a one-page executive summary that summarizes the key ideas. The Government will not accept company literature or marketing materials in response to this RFI. As described in the above paragraph, t he page limitations and formatting applies to the SOC response. The SOC must include the following information: Company name, mailing address, points of contact (including position within company), telephone numbers, and email addresses Business size classification (large > 1,250, small ≤ 1,250, or other) Capability to satisfy the Government's service requirements described in the attached Section 3 Requirements of the SAFS PWS. Reference Question 4 of the Questionnaire for details. This RFI is unrestricted and encourages responses from all responsible companies independent of size. The applicable North American Industry Classification System (NAICS) code is 541712. The small business size standard is 1,250 employees. Companies responding to this RFI shall submit the above information in writing to the Contracting Officer, no later than 4:00 pm (Pacific Time) on 16 December 2016. Delivery must be accomplished via email to the Points of Contact (POC) referenced in this posting. Alongside delivering by email, companies have the option to hand deliver (2) hard copies with two (2) CD/DVD to the Contracting Office address referenced in this posting. Delivery may be accomplished from Monday through Friday 8:00 am - 4:00 pm (Pacific Time) anytime up until the date and time set forth for receipt of responses identified above. Early submittal is encouraged. Contact the POCs referenced in this posting at least four (4) hours prior to your anticipated arrival time to ensure there will be personnel available to receive your package. Respondents should speak personally with one of the individuals listed below (in lieu of relying on voice mail) to confirm the delivery method. When using mail or other carrier delivery, the Offeror is cautioned that security screening of incoming mail might potentially delay arrival of the proposal and correspondence. The company is advised to plan accordingly. Timely receipt of packages is the sole responsibility of the company. DECLARATION: Foreign vendor participation for this RFI is not permitted. This synopsis is not a formal solicitation. The Government does not intend to award a contract on the basis of this synopsis, or to otherwise pay for the information solicited herein. Submission of any information in response to this RFI is purely voluntary. The Government assumes no financial responsibility for any costs incurred. Responses will be used by the Government for informational purposes only as part of its acquisition planning. Information obtained from responses to this RFI will not be used to exclude potential future bidders if this effort becomes an acquisition. Place of Contract Performance: Los Angeles, AFB, Peterson AFB, Kirtland AFB, Washington, DC.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/SMCSMSC/FA8802-16-R-0006/listing.html)
 
Record
SN04342212-W 20161207/161205233904-32aa6062cb58ce686ffffff582157831 (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.