Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 03, 2018 FBO #5916
SOURCES SOUGHT

R -- Self-Assessment Program Management - DRAFT PWS

Notice Date
2/1/2018
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of the Air Force, Air Combat Command, 325 CONS, 501 Airey Ave, Tyndall AFB, Florida, 32403-5549, United States
 
ZIP Code
32403-5549
 
Solicitation Number
FA4819-18-R-4004
 
Archive Date
3/6/2018
 
Point of Contact
Matthew S. Lahr, Phone: 8502838668, Amber Maestri, Phone: 8502838636
 
E-Mail Address
matthew.lahr.1@us.af.mil, amber.maestri.2@us.af.mil
(matthew.lahr.1@us.af.mil, amber.maestri.2@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. This sources sought/market research tool is being used for planning purposes only to determine availability of capable small business sources prior to determining the method of acquisition IAW FAR 10.001(a)(3)(i). The intent of this sources sought synopsis is to identify small businesses for a Firm-Fixed Price contract for Self-Assessment Program Management services at Tyndall AFB, Florida 32403. The 325 FW requires Self-Assessment Program Management in support of the Commander's Inspection Program (CCIP). The contractor shall provide personnel in the area of self-assessment program development and execution related to compliance assessment and inspection management. Contractors will assist the 325th Maintenance Group (MXG), Mission Support Group (MSG), Operations Group (OG), and Fighter Wing Staff Agency (WSA). The contractor shall perform tasks that require knowledge of federal, state, and/or local regulations and statutes, as well as Air Force and DoD regulations and documentation. The contractor shall provide all management, tools, supplies, equipment, and labor necessary to support the 325 FW's compliance assessment and inspection management as outlined in this PWS. Information provided to the Government as a result of this posting is for planning purposes only, and is strictly voluntary and given with no expectation of compensation. Additionally, the submission of this information is not to be construed as a commitment by the Government to procure any services, nor does the Government intend to award a contract on the basis of this request for information. The NAICS Code is 541611, Administrative Management and General Management Consulting Services, with a size standard of $15M. The duration of the contract is anticipated to be for one base year plus four option years. A response to this sources sought synopsis will not be considered as an adequate response to any forthcoming solicitation. There is no solicitation available at this time. The tentative solicitation issue date is to be determined. The Government intends to award one contract to satisfy this requirement. The Government will not award a contract solely on the basis of this Sources Sought Notice, nor will it reimburse the contractor for any costs associated with preparing or submitting a response to this notice. Any interested parties shall ensure they are registered in the System for Award Management (SAM). To register and create an account in SAM, go to https://www.sam.gov or call 866-606-8220 8am - 8pm (Eastern Time) for assistance. Please see the attached Draft Performance Work Statement (PWS). A final PWS will be issued at the time of solicitation (Date: TBD). Potential offerors are encouraged to provide feedback on the Draft PWS content. The government may not respond to or publish comments, resulting actions, changes, etc; however, the draft PWS may or may not be revised based on feedback provided. SUBMISSION REQUIREMENTS: It is imperative that business concerns responding to this sources sought articulate their capabilities clearly and adequately. It is requested that interested small businesses submit a brief capabilities statement (not to exceed 10 pages in length, single-spaced, 12-point font minimum) demonstrating ability to perform the required Self Assessment Program Management services at Tyndall AFB, FL. This documentation shall address, as a minimum, the following: 1) Company information: Company Name; address; Points of contact information to include name, email address, telephone and fax number. 2) Company size in relation to the applicable North American Industry Classification System code (NAICS) 541611. 3) The socioeconomic status of the company. 4) A list of similar contracts (not to exceed 3) your company currently holds or has completed within the last three years. The list of contracts should be relevant to Self Assessment Program Management services, should include the location, contract number, description, estimated yearly value, performance dates, and Government point(s) of contact (contracting officer and/or QAE/inspector) with phone number and email address. ALL SUBMISSIONS MUST BE RECEIVED NO LATER THAN 1:00 PM CENTRAL STANDARD TIME ON 19 FEBRUARY 2018. PACKAGES CAN BE SENT ELECTRONICALLY TO matthew.lahr.1@us.af.mil and/or amber.maestri.2@us.af.mil. The Government WILL NOT provide a debrief on the results of the survey. All information submitted will be held in a confidential manner and will only be used for the purpose intended.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/037cbd6296177621463747cf8db9dfd2)
 
Place of Performance
Address: Tyndall AFB, Panama City, Florida, 32403, United States
Zip Code: 32403
 
Record
SN04806597-W 20180203/180201231231-037cbd6296177621463747cf8db9dfd2 (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.