Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 20, 2018 FBO #5902
SOURCES SOUGHT

16 -- VDOPS/VSS services (Vector Scoring Systems Services) - Sources Sought Synopsis

Notice Date
1/18/2018
 
Notice Type
Sources Sought
 
NAICS
#517919 — All Other Telecommunications
 
Contracting Office
Department of the Air Force, Air Combat Command, AMIC CONTRACTING OFFICE, 129 Andrews Ave, STE 110, Langley AFB, Virginia, 23665, United States
 
ZIP Code
23665
 
Solicitation Number
FA4890-18-R-0008
 
Point of Contact
Carla Ashby, Phone: 7577644941, Capt Mark Zakner, Phone: 7577649148
 
E-Mail Address
carla.ashby.1@us.af.mil, mark.zakner@us.af.mil
(carla.ashby.1@us.af.mil, mark.zakner@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Draft PWS VDOPS-VSS 18R0008 18Jan18 VDOPS-VSS 18R0008 Sources Sought Synopsis 18Jan18 Air Combat Command, Acquisition Management and Integration Center (ACC AMIC), Langley AFB, VA is in the process of determining the acquisition strategy for a potential reprocurement for Vector Doppler Scoring/Vector Scoring System (VDOPS/VSS) services in support of the Aerial Targets Program at Tyndall AFB, FL and Holloman AFB, NM. VDOPS/VSS services provide endgame missile scoring data reports generated from onboard QF-16 and BQM-167 aerial target platforms sent to a Ground Station Unit (GSU), program management, operation/field maintenance for GSUs and associated system test equipment, engineering support, and equipment lifecycle management. Additionally, these services will provide depot-level support for Aerial Gunnery Target Sets (AGTS) and associated equipment. The VDOPS/VSS is comprised of hardware and proprietary software used to generate the endgame missile scoring data report(s) during live-fire test events. The Government does not own the proprietary technical data software package for the VDOPS/VSS system and its peculiar support equipment and therefore cannot provide this data to interested parties. The period of performance is expected to be one base year starting 1 Jan 2019 and five 12-month option years plus a 6-month extension which may be exercised if required. The applicable North American Industry Classification System (NAICS) for this requirement is 517919 which is defined as specialized telecommunications services, such as satellite tracking, communications telemetry, and radar station operation. All interested parties should submit the following information in response to this Sources Sought Synopsis in electronic format using Microsoft Office 2013 and/or Portable Document Format (PDF) using Adobe Acrobat DC or later. All documents must be electronically searchable. All documents shall be virus checked by the originator prior to submission. 1. Company name 2. Company point of contact (POC) to include telephone number and email address 3. Company address 4. Company telephone number (main incoming number, if different than (2) above) 5. Business size under NAICS 517919 6. Statement of GSA or other contract(s) that can be used for this requirement under NAICS 517919 7. Capabilities package of no more than ten 8X11 pages outlining their key business abilities relevant to the performance of this requirement using a font no smaller than Times New Roman 12 All companies, both large and small, are encouraged to respond and submit their capabilities packages to this office no later than 12 noon Eastern Time on 12 Feb 2018. Title your email “XYZ Capabilities Package for FA4890-18-R-0008” (insert your company’s name in place of “XYZ”). This announcement constitutes a Sources Sought Synopsis for market research purposes only. This is NOT a Request for Proposal or a Request for Quote. This potential requirement may be set aside for small business participation pending the interest received in response to this synopsis. All documents associated with this projected requirement, to include a draft Performance Work Statement (PWS), are posted on the FedBizOpps website, www.fbo.gov. Hard copies of documents posted on the FedBizOpps website will not be provided. The information requested above in items (1) through (7) should be emailed to Ms. Carla Ashby, Contract Manager, telephone (757) 764-4941, email carla.ashby.1@us.af.mil and Capt Mark Zakner, Contracting Officer, telephone (757) 764-9148, email mark.zakner@us.af.mil. The Government will provide email confirmation of all capabilities packages received. If companies do not receive an email confirmation after submitting their packages, please contact both POCs listed above by email and telephone to verify receipt. All information provided by interested parties will become property of the U.S. Government and will not be returned to the originating parties. If the Government elects to destroy this information, a destruction certificate will not be provided. The Government will consider all information submitted in response to this Sources Sought Synopsis Notice. The Government intends to use the internet and email as the primary means of disseminating and exchanging information. Funds are presently not available at this time for this potential requirement. The Government’s obligation for this potential requirement is contingent upon availability of appropriated funds from which payment for this requirement can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this potential requirement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/AACCONS/FA4890-18-R-0008/listing.html)
 
Place of Performance
Address: Tyndall AFB, FL and Holloman AFB, NM, United States
 
Record
SN04792687-W 20180120/180118230942-fb835c8f10d24b85f5289372d0980afa (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.