Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 27, 2020 SAM #6693
SOURCES SOUGHT

D -- Narcotics and Transnational Crime Support Center (NTC) Facility Support Services

Notice Date
3/25/2020 4:57:44 AM
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
FA4890 ACC AMIC LANGLEY AFB VA 23665-2701 USA
 
ZIP Code
23665-2701
 
Solicitation Number
FA489020RCN04
 
Response Due
3/30/2020 2:00:00 PM
 
Archive Date
03/31/2020
 
Point of Contact
Edna Johnson-Smith, Sherrita Muse
 
E-Mail Address
edna.johnson-smith.2@us.af.mil, sherrita.muse@us.af.mil
(edna.johnson-smith.2@us.af.mil, sherrita.muse@us.af.mil)
 
Small Business Set-Aside
8A 8(a) Set-Aside (FAR 19.8)
 
Description
MEMORANDUM FOR INDUSTRY FROM:� ACC AMIC/PKD SUBJECT: Request for Information (RFI), FA4890-20-R-CN04 for Narcotics and Transnational Crime (NTC) Support Center Facility Support Services THIS RFI IS FOR INFORMATION AND PLANNING PURPOSES ONLY. THIS ANNOUNCEMENT CLOSES 30 MARCH 2020. The Government is seeking industry input from 8(a) eligible firms at this time under the auspices of the Federal Acquisition Regulation (FAR) Part 19.8. The Department of Defense, United States Air Force, Air Combat Command (ACC), Acquisition Management Integration Center (AMIC) is currently conducting market research to locate qualified, experienced, and interested potential sources. The Department of Defense Narcotics and Transnational Crime Support Center�s mission is to support interagency counterdrug and counter-transnational organized crime investigations and operations globally to target, disrupt, and dismantle criminal organizations with a drug trafficking, terrorism, or other transnational criminal nexus. The NTC provides tailored analytical support to law enforcement, interagency, and DoD efforts to address transnational organized crime issues by providing intelligence analysis support to active cases and operations.� Domestic support activities will comply with Section 1385 of Title 18, United States Code (U.S.C.), reference (c). An award is slated for mid-June 2020. The anticipated period of performance will be five years - base year plus four one -year option periods.� A transition period of 14 to 30 days is anticipated. The projected operating location is National Capital Region/CONUS for the place of performance. The contractor shall possess a TOP SECRET facility security clearance to assume contract tasks and responsibilities. The North American Industry Classification System (NAICS) code 561210 may be used for this effort, which has a small business threshold of $41,500,000. However, other potential NAICS codes may be considered for this requirement, if recommended. This RFI does not constitute a solicitation or a promise to issue a solicitation in the future. This RFI does not commit the Government to contract for any supply or service whatsoever, and at this time, no proposals are requested. The information requested by this RFI will be used within the Air Force to facilitate decision making and will not be disclosed outside of the government. Please review the attached draft Performance Work Statement (PWS). If your firm is capable of providing the requirements described in this RFI and draft Performance Work Statement (PWS), please provide a Capability Statement to the Contract Manager: edna.johnson-smith.2@us.af.mil and courtesy copy the Contracting Officer: sherrita.muse@us.af.mil no later than NLT 5:00 pm (ET) 30 March 2020. The Capability Statement should include general information and technical background describing your firm�s experience in relevant contracts for similar efforts to meet the program objectives. Your response will be limited to four (4) letter-size pages or less, in Microsoft Word or Portable Document format (PDF). Please mark any information that you wish to be protected as �acquisition sensitive� or �proprietary.� The Government plans to consider all information submitted in response to this RFI�and use the Internet and e-mail as the primary means of disseminating and exchanging information. Please include the following information about your organization in your response as well: �Name of Organization, Address, Company Cage Code, DUNS, URL, and Point of Contact(s) with telephone number/email address; Size of Business; Please indicate which NAICS code(s) your company usually performs under Government contracts for this type of requirement; � � � 7. Please utilize the �Question and Answer Form� excel document to submit your questions and/or concerns via� � email to the Contract Manager: edna.johnson-smith.2@us.af.mil and courtesy copy the Contracting Officer: sherrita.muse@us.af.mil, no later than NLT 5:00 pm (ET) 30 March 2020. Attachment(s): 1.� DRAFT PWS-NTC Facility Support 2.� NTC Facility Support Services Q_A Form
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b0d6f974e60f42a689c97e4125378ca1/view)
 
Record
SN05600457-F 20200327/200325230146 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.