Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 08, 2017 FBO #5859
SOURCES SOUGHT

R -- Test and Evaluations Modeling and Simulations - Attachment 1

Notice Date
12/6/2017
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, HQ Air Force Test Center (AFTC) - Edwards, 5 S WOLFE AVE, Edwards AFB, California, 93524-1185, United States
 
ZIP Code
93524-1185
 
Solicitation Number
F1S0AX7286B001
 
Archive Date
12/28/2017
 
Point of Contact
Denina L. Solomon, Phone: 6612779659, Michele D. Cameron, Phone: 661-277-8436
 
E-Mail Address
denina.solomon@us.af.mil, michele.cameron@us.af.mil
(denina.solomon@us.af.mil, michele.cameron@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Redacted Performance-Based Work Statement (PWS) This announcement constitutes a Sources Sought Synopsis and Request for Information (RFI) to afford industry an opportunity to provide information regarding their capabilities to provide Test and Evaluation Modeling and Simulation requirements in accordance with (IAW) the Performance-Based Work Statement (PWS) (see attachment). This is not a Request for Quotation (RFQ) or an Invitation for Bid (IFB), nor is it to be construed as a commitment by the U.S. Government to form a binding contract. Parties that respond will not be paid for the information submitted. The Air Force is hereby requesting capability statements and other information from interested sources. GENERAL INFORMATION: AFTC/PZIEB anticipates awarding a contract under NAICS code 541330 with a size standard of $15,000,000.00. A firm fixed price contract will be contemplated. System for Award Management (SAM) registration is mandatory for this contract (see SAM website at sam.gov). Responses will contribute to the Market Research Report as part of the acquisition strategy development process. Sources responding are invited to provide input and recommendations concerning contract type, contract clauses, and other aspects of the acquisition and anything else that may help to develop an efficient and effective acquisition program. If sufficient responsible and capable sources are identified, a formal RFQ will be posted on Fedbizops. Interested parties are requested to furnish a capability statement detailing their capabilities to provide these services, including highlights of experience on similar government or commercial contracts/agreements. In addition, please indicate business size (Large or Small), cage code/DUNS, provide a list of any contracts or other agreements similar in nature, the program/project name, contract number or other identifier, administering office/address, and the point of contact with the current telephone number. The Government is requesting that interested offerors feeling they can fully support this requirement furnish the following information: (1) Company information, Name, CAGE Code, Address, Telephone number, Point of Contact(s), and email address. (2) Information should include a brief description of experience in providing the type of support described above and in the attached Performance-Based Work Statement (PWS). Please include contract references relating to visitor control and badging service to include: contract number; agency supported; period of performance; original contract value; and point of contact with current phone number. The information package must be clear, concise, and complete. The Air Force is under no obligation to provide feedback to the company, or to contact the company for clarification of any information submitted in response to this request. (3) Identification of business size and whether currently designated a small business as defined the Federal Acquisition Regulation FAR Part 12 and also currently listed in the SAM.gov system. Small business size standards are published by the U. S. Small Business Administration and may be found at https://www.sba.gov/content/small-business-size-standards. (4) AFTC/PZIEB will not pay for information or comments provided and will not recognize any costs associated with submission of comments. Please provide your response in Microsoft Word or a Microsoft Word compatible format. Information packages should be limited to no more than 10 pages (12 pt. font, Times New Roman). Responses shall not be proprietary and will be unclassified. Interested firms are requested to submit the information no later than 13 December 2017. Small Business sources responding should state their business size status based on the NAICS referenced above and whether they are interested as a prime or subcontractor. Replies to this RFI should be sent via email to Denina Solomon, Contract Specialist, AFTC/PZIEB at denina.solomon@us.af.mil and Cc Falilou T. Diouck, Contracting Officer, AFTC/PZIEB at falilou.diouck@us.af.mil and Michele D. Cameron, Contract Contracting Officer, AFTC/PZIEB at michele.cameron@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFFTC/F1S0AX7286B001/listing.html)
 
Place of Performance
Address: 5 So. Wolfe Ave, Edwards AFB, California, 93524, United States
Zip Code: 93524
 
Record
SN04758995-W 20171208/171206231343-e8f69900cd2d1f9223011f5bf081c731 (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.