Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 20, 2017 FBO #5657
SOURCES SOUGHT

B -- Time-Dominant Geophysical Data Operations Center (TDOC II) - PWS

Notice Date
5/18/2017
 
Notice Type
Sources Sought
 
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-0012
 
Archive Date
6/17/2017
 
Point of Contact
Kevin J. Powell, Phone: 3214943071
 
E-Mail Address
kevin.powell.16@us.af.mil
(kevin.powell.16@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
PWS Reference Number: FA7022-17-R-0012 Notice Type: SOURCES SOUGHT SYNOPSIS: 1. NOTICE: This is not a solicitation but rather a Sources Sought Synopsis to determine any potential sources for information and planning purposes only. AMIC DET-2 OL/PKA and AFTAC are seeking information from potential sources for the Time Dominant Operations Center II (TDOC II). 1.1 The purpose of this sources sought is to conduct market research to determine if responsible sources exist, and to assist in determining if this effort can be competitive and/or a total Small Business Set-Aside. The proposed North American Industry Classification Systems (NAICS) Code is 541330 which has a corresponding size standard of $15.0M. The Government will use information received in response to this notice to determine the best acquisition strategy for this procurement. The Government is interested in all businesses to include Large Business or Small Business such as 8(a), Service-Disabled Veteran-Owned, Hubzone, and Women-Owned small business concerns. The Government requests that all interested parties respond to this notice if capable and to identify your business status (large or small) for the identified NAICS code. Provide any anticipated teaming arrangements or information regarding your plans to use a joint venture. Additionally, provide a description of similar services offered to the Government or to commercial customers within the past three years. Any response involving teaming agreements should delineate between the work that could be accomplished by the prime and the work that could be accomplished by the teaming partner(s). 1.2 The information requested by this sources sought will be used within the Air Force (AF) to facilitate decision-making and will not be disclosed outside the agency. Firms choosing to respond to this Sources Sought Synopsis are cautioned that this is not a Request for Proposal (RFP). 1.3 In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract or agreement. The AF will not be obligated to pursue any particular acquisition or alternative as a result of this Sources Sought Synopsis. Responses to this notice will not be returned or replied to. Not responding to this sources sought does not preclude participation in any future solicitation, if one is issued. 1.4 Proprietary information and trade secrets, if any, must be clearly marked on all submitted material. Information received that is clearly marked Proprietary will be handled accordingly. Be advised that all submissions become Government property and will not be returned. All Government and contractor personnel reviewing responses will have signed non-disclosure agreements and understand their responsibility to properly use and protect proprietary information from unauthorized disclosure as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified. 2. PROGRAM DETAILS: 2.1 PREVIOUS CONTRACT/PROGRAM BACKGROUND: Contract Number: FA4890-12-D-0019-0112 (CAAS IV) Contract Type: Cost-Plus-Fixed-Fee Contractor and their size: Booz Allen Hamilton, Inc (BAH). Size: $15M. Small Business: NO. Method of previous acquisition: Competitive 2.2 REQUIRED CAPABILITES - NEW REQUIREMENT: This is a non-personal services contract. The Government will neither supervise contractor employees nor control the method by which the contractor performs the required tasks. The contractor shall manage its employees and guard against any actions that are of the nature of personal services, or give the perception of personal services. The contractor shall notify the Contracting Officer (CO) immediately if they perceive any actions constitute personal services. These services shall not be used to perform any Inherently Governmental Functions. The primary objective is to provide Systems Engineering and Technical Assistance to AFTAC to baseline existing AFTAC capabilities (infrastructure, information technology, facilities, data access, personnel, training, etc.). Utilizing this established baseline, the secondary objective will be to provide strategic planning and requirements analysis to implement a Time-Dominant Geophysical Data Operations Center and Multi Source Analysis Squadron, including a gap analysis and alternatives in cost, schedule, and performance in order to meet this objective. The contractor must demonstrate existing knowledge and acquisition development for Nuclear Treaty Monitoring and have personnel with active, TS/SCI clearances. The period of performance shall be for two (2) Years and a six (6) month option to extend services in accordance with (IAW) FAR 52.217-8, Option to Extend Services. The performance start date is 20 September 2017. 2.3 The Government is contemplating use of a contract with CLINs to include: Cost-Plus Fixed-Fee for the O&M effort, and Cost-Reimbursement (Non-Fee) for travel, materials, supplies. Additionally, the anticipated performance would not exceed a two (2) year period and a six (6) month option to extend services. Currently there is no timeframe for the potential RFP release. 3. INFORMATION REQUESTED (Please limit all submissions to 6 pages) 3.1 Company Information: Company name, mailing address, telephone number(s), point of contact name(s), e-mail address, CAGE code, DUNS Number, and Business size. For small businesses include socioeconomic status (e.g. 8(a), Hubzone, etc.). 3.2 Contract Type: Identify any contract vehicle that would be available to the Government for the procurement of these products and services, to include General Service Administration (GSA), GSA MOBIS, NASA SEWP, Federal Supply Schedules (FSS), or any other Government Agency contract vehicle. 3.3 Major Risks: Identify any major performance, schedule, or cost risk anticipated at this time. 3.4 Requirements: The table below lists all of the main technical/task requirements of the Sources Sought Synopsis and the Draft PWS. In response to this notice, identify the percentage of the task requirements that your company can accomplish and include supporting information to demonstrate your capabilities of meeting that percentage. Supporting information should not reiterate the language of the tasks provided in the Draft PWS, but rather it should provide details regarding your company's capabilities to execute the tasks. A cross-reference matrix is also requested linking the Draft PWS task to the supporting information and capabilities provided. Past performance information related to the tasks provided in the Draft PWS is also requested if available. Additionally, all respondents are encouraged to provide commentary and recommendations for improving or clarifying the Draft PWS requirements. PWS Task PWS Para Percentage Supporting information Provide Systems Engineering and Technical Assistance 2.0 Baseline existing capabilities (infrastructure, information technology, facilities, data access, personnel, training, etc. 2.0 Provide strategic planning and requirements analysis to implement a Time-Dominant Geophysical Data Operations Center and Multi Source Analysis Squadron 2.0 Provide gap analysis and alternatives in cost, schedule, and performance 2.0 3.5 NAICS: Identify any alternative NAICS code recommendations. 3.6 Business Size: If a small business under the identified NAICS code, indicate the approximate percentage of the requirement your firm is able to perform. If a large business, identify an appropriate percentage for small business subcontracting opportunities. 4. Submission Information: Interested sources submission must be clear, concise, complete, and be submitted via e-mail by 10:00pm (EDT), on 02 June 2017. All submissions must be sent to kevin.powell.16@us.af.mil. 4.1 Questions regarding this Sources Sought Synopsis may be submitted in writing by email to kevin.powell.16@us.af.mil. Verbal questions will NOT be accepted. The Government does not guarantee that questions received after 30 May 2017 will be answered. (5) 5352.201-9101 OMBUDSMAN (JUN 2016) (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, Christopher S. Williams, OL KC AFICA, 129 Andrews Street, Suite 102, Langley AFB, VA 23665-2769, Telephone: (757)764-2769, FAX: (757)764-6512, Email: christopher.williams.196@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/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. (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)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/6ce9c0752838a61bdba9175f2764fbe4)
 
Place of Performance
Address: 10989 South Patrick Drive, Patrick AFB, Florida, 32925, United States
Zip Code: 32925
 
Record
SN04514751-W 20170520/170519000724-6ce9c0752838a61bdba9175f2764fbe4 (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  © 1994-2020, Loren Data Corp.