Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 22, 2021 SAM #7082
SOURCES SOUGHT

R -- Mission Planning Specialist

Notice Date
4/20/2021 11:29:29 AM
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
FA2860 316 CONS PK JB ANDREWS MD 20762-7001 USA
 
ZIP Code
20762-7001
 
Solicitation Number
F1D1011074AW01
 
Response Due
4/26/2021 9:00:00 AM
 
Archive Date
05/11/2021
 
Point of Contact
Archie Y. Warren
 
E-Mail Address
archie.warren@us.af.mil
(archie.warren@us.af.mil)
 
Description
Description: 1.0 PURPOSE 1.1. The 316th Contracting Squadron (316 CONS) in support of the 89th Operations Support Squadron (OSS) is seeking information from interested contractors to perform flight planning, official organizational messaging, diplomatic over flight/landing clearance coordination, and aircraft logistical support for Very Important Person (VIP) airlift missions, in accordance with the Performance Work Statement (PWS)�specifications. The projected place of performance is located at�Joint Base Andrews Maryland. Please see attached DRAFT copy of the PWS for additional details. 1.2. THIS IS FOR INFORMATIONAL AND PLANNING PURPOSES ONLY. It does not constitute a solicitation, a synopsis of a solicitation, a promise on the part of the Government to later publish a solicitation, or ultimately award a contract. It is a market research tool being utilized to determine the availability of sources and method of procurement. Respondents are further advised that the U.S. Government will not reimburse the costs of preparing for submitting a response, nor pay for any information or administrative costs incurred in response to this notice. Only written responses will be considered. All responses from responsible sources will be fully considered. A non-response to this notice does not preclude participation in a future request for quotes, Request for Quote (RFQ), if one is issued. As a result of analyzing responses to this market research, the contracting officer may determine that a solicitation will be issued. Information submitted will not be returned. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. If a solicitation is released, it will be synopsized and published on the Contract Opportunities website at www.beta.sam.gov. It is strictly the responsibility of potential respondents to monitor this website for additional information pertaining to this requirement. 2.0 BACKGROUND 2.1. Period of Performance: Base plus 4 option years 2.2. Limitations: None 2.3. Security Requirements: Ability to obtain access to a military installation is required. 3.0 RESPONSES 3.1. The information provided by industry may be used in the formulation of an acquisition strategy and a future RFQ, as applicable. Companies with the capability of performing maintenance, repairs, and upgrades on access control systems should submit an electronic copy of their Statement of Capability to Archie Y. Warren via e-mail at archie.warren@us.af.mil. 3.2. Capability Statements shall be received in Microsoft Word for Office or compatible format no later than 26�April 2021 at 12:00 PM Eastern Daylight Time and e-mailed to archie.warren@us.af.mil. 3.3. Email attachments are subject to size and type restrictions (typically limited to less than 2 MB in size and only non-executable attachments such as .doc or .pdf files), as well as any other appropriate network security measures that are enforced at the time. 3.4. Administrative information shall include the following as a minimum: company name, mailing address, phone number, fax number, and e-mail of designated point of contact. All responding businesses will include their DUNS number, CAGE code, Tax Identification Number and company structure (Corporation, Limited Liability Corporation, Partnership, Joint Venture, etc.). 3.5. All responding businesses are required to identify their firm's size and business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUBZone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business) based upon North American Industry Classification System (NAICS) code 541990, All Other Professional, Scientific, and Technical Services, with a business size standard of $16,500,00.00. 3.6. Statement of the company's contracting strategy and intentions to subcontract, if applicable. 3.7. A statement that the respondent will not allow the Government to release its proprietary data. In the absence of this documentation, the Government will assume that the respondent does NOT agree to the release of its submission to any other Government agency or contracted support. 3.8. Responses shall be limited to five (5) pages. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information. Please be advised that all submitted information becomes Government property and will not be returned. 4.0 QUESTIONS Questions regarding this sources sought notice shall be e-mailed no later than 12:00 PM Eastern Daylight Time on 22�April 2021 to the Contract Specialist, Archie Y. Warren, at archie.warren@us.af.mil. Verbal questions will NOT be accepted. Questions shall NOT contain proprietary or classified information. Questions should be submitted for the intended purpose to obtain further clarification of the respondent�s potential capability to meet the requirements. The Government does not guarantee that questions received after 12:00 PM Eastern Daylight Time on 22�April 2021 will be answered. You can expect answers to submitted questions to be posted on the Contract Opportunities website at www.beta.sam.gov. 5.0 SUMMARY THIS IS A REQUEST FOR SOURCES ONLY to identify contractors that can perform flight planning and aircraft logistical support services. The information provided in this notice is subject to change and is not binding on the Government. The 316 CONS has not made a commitment to procure any of the services mentioned, and release of this notice should not be construed as such a commitment or as authorization to incur cost for reimbursement. Please see attached draft copy of the Performance Work Statement (PWS) for additional details.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/e1f82f0f289e4d7da4b5e8ec1f207e05/view)
 
Place of Performance
Address: JB Andrews, MD 20762, USA
Zip Code: 20762
Country: USA
 
Record
SN05978245-F 20210422/210420230124 (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.