Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 19, 2020 SAM #6777
SOURCES SOUGHT

99 -- Special Access Program Facility (SAPF) Containers/Modules

Notice Date
6/17/2020 9:32:47 AM
 
Notice Type
Sources Sought
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
Contracting Office
FA4861 99 CONS LGC NELLIS AFB NV 89191-7063 USA
 
ZIP Code
89191-7063
 
Solicitation Number
SAPFSOURCESSOUGHT
 
Response Due
6/24/2020 10:00:00 AM
 
Archive Date
07/09/2020
 
Point of Contact
Kenneth D. Herrell, Phone: 7026525401
 
E-Mail Address
kenneth.herrell@us.af.mil
(kenneth.herrell@us.af.mil)
 
Description
SOURCES SOUGHT SYNOPSIS (Not a Notice of Solicitation) Special Access Program Facility (SAPF) Containers/Modules The United States Air Force, 99 CONS, Nellis AFB, NV is seeking capabilities packages of potential sources, including small business (SB), 8(a), HUBZone, and Service-Disabled Veteran-Owned (SDVO) small businesses that are capable of providing SAPF Containers/Modules. General Information for required containers: Physical structure that meets the SAPF requirements to store, discuss, manufacture, and electronically process SAP material. This SAPF capability must prevent as well as detect unauthorized visual, acoustical, technical, and physical access by unauthorized persons. The requirement also includes the capability to securely connect to a computing environment and the ability to communicate between the SAP environments within the Program securely.� Containers/Modules are expected to be a minimum of 800 sq. ft. and will include office space, workstations, and bathrooms. The Government estimates a need of up to 35,000 sq. ft. of containers/modules.� This need could increase in the future. General Information for Anticipated Resultant Contract Below: Period of Performance/Delivery Dates: August 2020 through July 2022 Location: Various U.S. Locations Estimated Quantity: Up to 50 containers/modules Contract Type: Firm Fixed Price Service or Supply: Hybrid. Supply � Containers/modules, Service - Information Technology Hardware/Software Installation Security Clearance: Top Secret with eligibility for Special Access Program (SAP) and/or Sensitive Compartmented Information (SCI) Access to Commercial Trademark/Patents: Yes, access to proprietary systems required. Systems include, but are not limited to, GrayPath, Hypori, LiFi wireless technology, etc. � All interested firms shall submit a response demonstrating their capability to provide these items to the Primary Point of Contact listed below. As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation (Request for Quotes) exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. The NAICS Code assigned to this acquisition is 332311 � Prefabricated Metal Building and Component Manufacturing with a size standard of 750 employees. Firms responding should indicate their size in relation to this size standard, and indicate socio-economic status (SB, 8(a), SDVO, or HUBZone). Respondents are further requested to indicate their status as a Foreign-owned/foreign-controlled firm and any contemplated use of foreign national employees on this effort. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent action. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract.� No set-aside decision has been made.� Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime contractors must perform at least 50% of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14.� � Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any Government assessments. The Government's assessment of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business program.� The Government reserves the right to not answer any questions received from industry as a result of this posting, but may use these questions to further develop the Government requirement. CAPABILITIES PACKAGE: All interested firms shall submit a capabilities package that explicitly demonstrates their capability to provide the required supplies/services. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. Responses may be submitted electronically to the following e-mail address: kenneth.herrell@us.af.mil. All correspondence sent via email shall contain a subject line that reads ""SAPF Containers/Modules"" If this subject line is not included, the email may not get through email filters at Nellis AFB. Filters are designed to delete emails without a subject or with a suspicious subject or attachments. Attachments with files ending in .zip or .exe are not allowable and will be deleted. Ensure only .pdf, .doc, .docx, .xsls or .xls documents are attached to your email. All other attachments may be deleted. Responses shall be emailed to: � 99 CONS, POC � Kenneth Herrell Email: kenneth.herrell@us.af.mil RESPONSES ARE DUE NOT LATER THAN 24 JUNE 2020 BY 10:00 AM PM Pacific Time. Direct all questions concerning this acquisition to Kenneth Herrell at kenneth.herrell@us.af.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/a5acc8dd3c4449b3b0534f129aa8d88d/view)
 
Record
SN05694887-F 20200619/200617230201 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.