Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 29, 2017 FBO #5546
SOURCES SOUGHT

R -- Perform services in support of test and evaluation, and training missions involving Electronic Warfare as defined in the attached Performance Work Statement. - Draft Performance Work Statement for Electronic Warfare Test Support Services

Notice Date
1/27/2017
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, HQ Arnold Engineering Development Complex (AEDC) - Arnold, 100 Kindel Drive, Suite A-335, Arnold AFB, Tennessee, 37389-1335, United States
 
ZIP Code
37389-1335
 
Solicitation Number
Electronic_Warfare_Test_Support_Services
 
Point of Contact
Julie D. Miller, Phone: 575-572-1245, William K. Hunter,
 
E-Mail Address
julie.miller.4@us.af.mil, william.hunter.9@us.af.mil
(julie.miller.4@us.af.mil, william.hunter.9@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Draft Performance Work Statement for Electronic Warfare Test Support Services REQUEST FOR INFORMATION/CAPABILITIES REQUEST THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUEST FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. This Request for Information/Capabilities Request (RFI) is in support of Market Research being conducted by the United States Air Force to identify (1) potential sources and, (2) if this effort can be set aside for Small Businesses. While this RFI is for planning purposes only, responses may be used to justify any near-future competitive or noncompetitive acquisition. This RFI is to notify companies that the U. S. Air Force is seeking sources to support electronic warfare testing operations, equipment maintenance, and technical support. The Contractor shall provide all management, personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, training, and other items and non-personal services necessary to perform services in support of test and evaluation, and training missions involving Electronic Warfare. The purpose of this RFI is to gain knowledge of interest, capabilities and qualifications of various business concerns that might be interested in providing this service. The Government will use this information to determine the best acquisition strategy for this procurement. The Government is interested in responses from both large and small businesses to include: 8(a), Service-Disabled Veteran-Owned, HUBZone, and Women-Owned Small Business concerns. If a solicitation is released, it will be synopsized and posted on the Federal Business Opportunities (FedBizOps) website. It is the responsibility of the potential offerors to monitor that site for additional information pertaining to this requirement. The government requests that interested parties respond to this notice if applicable and identify your small business status to the identified NAICS code. Additionally, please provide any anticipated teaming arrangements, along with a description of similar systems offered to the Government and to commercial customers for the past five years. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. DESCRIPTION: 746 Test Squadron (TS) is seeking potential sources interested in providing personnel (able to obtain a secret security clearance), equipment, tools, materials, supervision, logistics, training, technical support, and other items and services necessary to conduct, manage and maintain Electronic Warfare (EW) Test Support and the associated equipment. A draft Performance Work Statement is provided with this notice as an attachment. Please refer to this draft Performance Work Statement for a description of required services. OBJECTIVE: The preliminary contract type is contemplated to be a Cost Plus Fixed Fee type contract. The North American Industry Classification System (NAICS) for this effort is 541330 - Engineering Services. The small business size standard for this NAICS is $15,000,000. INFORMATION AND INSTRUCTIONS: Respondents must include the following information within their statement of capability packages. Capability packages shall not exceed 10 single-sided pages in length. Capability packages may contain single or double spaced text, but shall not exceed 10 single-sided pages in length a. Company Information: - Company name - Address - Point of Contact with email address and telephone number - Federal Cage Code - Data Universal Numbering System (DUNS) and business size pursuant to NAICS - Web page URL - Status as U.S. or Foreign-Owned Entity (if foreign, provide country of ownership) - Cognizant Defense Contract Audit Agency office Your company must be registered in System for Award Management (SAM). To register, go to https://www.sam.gov. b. A Statement of Capabilities demonstrating the skills, experience, knowledge, and capabilities necessary to perform the work specified within the DRAFT Performance Work Statement attached to this questionnaire. Please limit your relevant past experience to the past five years to include a description of the work performed, period of performance, and agency/organization supported individual point of contract (Contracting Officer/Purchasing Agent or Program Manager). Include the Contract Number(s) or Customer/Company Name. c. Interest in this requirement as a Prime or Subcontractor. d. Documentation regarding experiences and qualifications to perform EW support. e. Rough Order of Magnitude (ROM) estimate for cost, and schedule of significant events. f. Are there specific requirements in the provided documentation that would currently preclude your company from being a viable source for this requirement? g. What is the minimum and maximum dollar value for a project which your firm would routinely consider submitting for a proposal? h. What information, not provided, does your company expect to need in order to support electronic warfare testing operations, equipment maintenance, and technical support? What assumptions would have to be made in order to bid on this effort? i. What contract type would your firm routinely consider in the performance of this service? Can you suggest any possible contract incentives? j. Does your firm possess a current facility clearance? k. Other: Please note: Emails containing large amounts of data (over 4 MB), or file types such as:.zip,.xlsx,.docs, or other macro-enabled extensions, may not be delivered to the intended recipients. SUBMISSION REQUIREMENTS: Capability package responses are due by 2:00 PM Mountain Time, 8 February 2017. Responses shall be sent via email to Ms. Julie Miller, julie.miller.4@us.af.mil. Oral communications ARE NOT acceptable in response to this notice. Paper copies of this announcement will not be provided. Any information received will be used solely for the purpose of market research. GOVERNMENT RESPONSIBILITY: This RFI should not be construed as a commitment by the Government for any purpose. This IS NOT a Request for Proposal or an Invitation for Bid and no contract will be awarded from this RFI notice. This notice DOES NOT constitute a procurement commitment by the U.S. Air Force, implied or otherwise. Any information submitted by respondents to this RFI is strictly voluntary and will be used solely for the purpose of market research. Please be advised that all submissions become Government property and will not be returned. All Government and contractor personnel reviewing RFI responses are required to protect sensitive information from unauthorized disclosure of proprietary information as described in 41 USC 423. Official information regarding this acquisition will be provided by the Contracting Officer. Any information received from other sources should not be relied upon. Any information received from industry in response to this RFI will NOT be available to the public. Questions on this notice shall only be submitted via email to the Contract Specialist. Contact Ms. Julie Miller, julie.miller.4@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AEDC/Electronic_Warfare_Test_Support_Services/listing.html)
 
Place of Performance
Address: 871 DeZonia Drive, Holloman AFB, NM 88330-7715, Holloman AFB, New Mexico, 88330, United States
Zip Code: 88330
 
Record
SN04383307-W 20170129/170127234025-8d581aca29740653b22696e2831fb637 (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.