Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 27, 2019 FBO #6515
SOURCES SOUGHT

D -- NTC Throttle Car Support - Sources Sought F4890-20-RCN02

Notice Date
9/25/2019
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
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
FA4890-20-RCN02
 
Archive Date
10/23/2019
 
Point of Contact
Elizabeth J. Waller, Phone: 7577649184, Sherrita Muse, Phone: 757-225-3576
 
E-Mail Address
elizabeth.waller.1.ctr@us.af.mil, sherrita.muse@us.af.mil
(elizabeth.waller.1.ctr@us.af.mil, sherrita.muse@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Performance Work Statement Sources Sought Sources Sought Notice - FA4890-20-RCN02 1.Headquarters Air Combat Command Acquisition Management and Integration Center (HQ ACC AMIC) Langley AFB VA, has a non-commercial requirement for specialized labor, materials, services, and/or facilities to continue operation and evolution of a leading-edge operational query system using a massively parallel processor to produce unique data for further exploitation in support of an undisclosed program. 2.The nature of this program is to continue the operation and evolutionary development of a high-performance data warehousing and data analysis system which employs parallel processing technology against very large databases housing records from sources to significantly enhance law enforcement counter-narcotics and counter-terrorism analysis capabilities. 3.THIS SOURCES SOUGHT IS FOR INFORMATION AND PLANNING PURPOSES ONLY. This is not a solicitation for quotes or proposals. The Government is seeking industry input from all sources at this time to determine what resources are available. This requirement has historically been procured on a sole source basis from General Dynamics Advanced Information Systems (GDAIS). The Government's intent is to award a sole-source contract for this requirement to GDAIS; however, this posting is intended to identify alternate sources, if available. 4.The projected operating location is National Capital Region/CONUS for the place of performance and the applicable North American Industry Classification System (NAICS) for this effort is 541330 - Engineering Services - with a size standard of $16.5M. 5.Please review the attached Performance Work Statement (PWS) and advise whether your company is capable of providing the requirements described in the PWS. If you believe that your firm is capable of supporting this effort, please provide general information discussing the following: •High performance computing •Design, development, and operation of large data warehousing •Software engineering using parallel processing technologies •Data Center Management and facility support •Mission Operations •System Architecture •Quality assurance, configuration management, and change management •Program Security and program accreditation by DSS •Domain Expertise 6.Responses must be limited to five (5) letter-size pages or less, in Microsoft Word or Portable Document format (PDF), using Times New Roman 12-point font. Include your company Data Universal Numbering System (DUNS) number, CAGE code (if applicable), company point of contact (POC) information and socioeconomic status under North American Industry Classification System (NAICS) code, Product Services Code (PSC), and any other relevant/appropriate data. a.Please mark any information that you wish to be protected as "acquisition sensitive" or "proprietary." b.Your responses will require a review of the PWS. We are not requesting technical/management proposals. Your responses will be used solely for market research purposes. Please provide feedback on any areas in which the PWS may lack sufficient detail. 7.Please send electronic copies of your response to the following points of contacts: Ms. Elizabeth Waller: Contract Manager: elizabeth.waller.1.ctr@us.af.mil and courtesy copy Ms. Sherrita Muse: Contracting Officer: sherrita.muse@us.af.mil. All responses are due by 12:00 p.m. EST on 08 October 2019.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/AACCONS/FA4890-20-RCN02/listing.html)
 
Place of Performance
Address: National Capital Region/CONUS, Arlington, Virginia, 22204, United States
Zip Code: 22204
 
Record
SN05458358-W 20190927/190925230859-9b2348bd871834646f56c8657db00507 (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.