SOURCES SOUGHT
99 -- United States Prompt Diagnostics (USPDS) Operational System Employment & Execution (OSEE) 2
- Notice Date
- 1/26/2022 11:34:17 AM
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- FA7022 AMIC DET 2 OL PATRICK PKA PATRICK SFB FL 32925 USA
- ZIP Code
- 32925
- Solicitation Number
- FA702223RXXXX
- Response Due
- 2/2/2022 10:00:00 AM
- Archive Date
- 02/10/2022
- Point of Contact
- James Pattullo, Sam Culberth
- E-Mail Address
-
james.pattullo@us.af.mil, sam.culberth.1@us.af.mil
(james.pattullo@us.af.mil, sam.culberth.1@us.af.mil)
- Description
- Notice Type:� SOURCES SOUGHT SYNOPSIS Reference Number: FA7022-23-R-XXXX AMIC DET 2 OL/PKA is seeking sources for the Air Force Technical Applications Center (AFTAC) United States Prompt Diagnostics (USPDS) Operational System Employment & Execution (OSEE) 2. CONTRACTING OFFICE ADDRESS: AMIC Det 2 OL/PKA ���������������������� ������������������������������������������10989 South Patrick Drive ������������������������������������������������������������ ���Patrick SFB, FL 32925-3002 1.� This is not a solicitation but rather a Sources Sought Synopsis to determine any potential sources for information and planning purposes only. 1.1 DISCLAIMER: This Sources Sought is for informational purposes only.� This is not a Request For Proposal (RFP), Request For Quote (RFQ) or Invitation for Bid (IFB). In accordance with FAR 15.201(e), this notice does not constitute a solicitation and shall not be construed as a commitment by the Government. Responses in any form are not offers and the Government is under no obligation to award a contract as a result of this announcement. No funds are available to pay for preparation of responses. Any information submitted by respondents to this technical description is strictly voluntary. The Government may use the information obtained from responses in determining its acquisition strategy.� The issuance of this notice shall not restrict the Government�s acquisition approach. 1.2 The purpose of this Sources Sought announcement is to conduct market research to determine the number of capable firms, and to assist in determining if this requirement can be satisfied by Small Business concerns. The proposed North American Industry Classification Systems (NAICS) code is 541330 Exception A, the corresponding Small Business size standard is $41.5M. The Government will use information received in response to this notice to determine the best acquisition strategy. The Government requests that all interested parties, regardless of business size, respond to this notice by submitting a capability statement. Ensure to identify your business status as it relates to the aforementioned NAICS code.� 1.3 The Government anticipates a competitive acquisition strategy. As such, this Sources Sought announcement provides an opportunity for both Large and Small businesses to provide responses. In order to make a determination for a Small Business set-aside, two or more qualified and capable Small businesses must submit responses that demonstrate their qualifications and be determined capable. If less than two Small business are determined capable the requirement will be competed full and open. 2.� PROGRAM DETAILS: 2.1 CURRENT CONTRACT/PROGRAM BACKGROUND: Contract Number:� FA7022-19-C-0002 Contract Type:� Cost-Plus Fixed-Fee Contractor and their size:� Zel Technologies LLC.� Large Business Method of previous acquisition:� Full and Open Competition 2.2 REQUIRED CAPABILITES: The intent of this announcement is to identify potential sources that can provide non-personal services to AFTAC for Operations and Maintenance (O&M) support to the USPDS in the areas of sensor installation and maintenance, the collection and analysis of nuclear phenomena to support Speed of Sound (SOS) and Speed of Light (SOL) mission areas in support of USPDS headquarters functions, and to support 80 sensor nodal locations. The Draft Performance Work Statement (PWS) is found in Attachment 1. AFTAC oversees the day-to-day operations and maintenance activities of the program and is located at Patrick SFB, FL. 2.3 The Government is contemplating use of C type contract with Cost-Plus Fixed-Fee (CPFF) and Cost-Reimbursement (CR) (logistics; i.e., travel, materials, spares, and supplies) CLINs. Currently there is no timeframe for the potential RFP release; however, interested parties are encouraged to monitor all postings. The anticipated contract award is 1 Nov 2023. The anticipated contract will have a Period of Performance (POP) of twelve (12) month base period with six (6) one (1) year options, plus a 6-month option to extend the services. 2.4 SECURITY REQUIREMENT: The anticipated contract will have a minimum TOP SECRET security clearance, with a current Background Investigation on the first day of performance. In order to effectively meet the program requirements, the contractor shall have a final U.S. Government issued TOP SECRET/Sensitive Compartmented Information (TS/SCI) security clearance and be DCID 6/4 eligible with a current SSBI. Additionally, all contractor personnel must possess and maintain a final adjudicated current security clearance at the TS/SCI level within 30 days from date of award. Due to the security requirements of the work location, no work can be performed until appropriate personnel clearances are obtained. The contractor shall ensure that personnel assessing information systems have the proper and current Information Assurance certification to perform information assurance functions in accordance with DoD 8570.01-M, Information Assurance Workforce Improvement Program. The number of personnel will be on an escalation basis according to contract requirement. The contractor and personnel assigned to this effort shall maintain a Top Secret/SCI clearance during the entire POP to access the Government facility. 3.� REQUESTED INFORMATION 3.1 Company capability statements shall provide administrative information and shall include the following at a minimum: (a): Company Name (including point of contact), CAGE, DUNS, mailing address, phone number, and e-mail of designated point of contact. (b) Business Size and type of Business (if applicable). Interested parties should state whether they are a Small Business (SB), Veteran-Owned Small Business (VOSB), Service-Disabled Veteran-Owned Small Business (SDVOSB), HUBZone Small Business(HSB), Small Disadvantaged Business (SDB), Woman-Owned Small Business (WOSB), Economically Disadvantaged Women-Owned Business (EDWOSB), Historically Black College or University or Minority Institution (HBCU/MI), 8(a) firm, Indian Tribe or Alaskan Native Corporation, or a Large Business based on the size standard listed. (c) The facility security clearance of the offeror or alternate arrangement that allows the offeror to conduct classified work. (d) �Capabilities statement package (no more than five pages) should include a description of past/current/future contracts which demonstrate the ability to provide the services in paragraph 2.2 and Attachment 1, Draft PWS. (e) Identify any major performance, schedule, or cost risk anticipated at this time. (f) Provide any anticipated teaming arrangements or information regarding your plans to use a joint venture. Additionally, provide a description of similar services offered to the Government or to commercial customers within the past five years. Any response involving teaming agreements should delineate between the work that could be accomplished by the prime and the work that could be accomplished by the teaming partner(s). (g) Respondents are encouraged to provide input or suggestions for the following: Contract Structure (i.e. Firm Fixed Price (FFP) or Cost-Plus Fixed Fee (CPFF) or Cost-reimbursable with a fixed performance periods); Contract Line Item Number (CLIN) Structure (i.e. Labor, Travel, Materials, Phase-in and Phase-out); minimum and maximum Periods of Performance; Commercial or Non-Commercial; possible NAICS codes; Small Business Set-Aside possibilities; Small Business Goals and opportunities for Small Business Subcontracts; Technical Certification Requirements; Industry Standards and Business Practices; Technology Trends and Opportunities; Special Terms and Conditions; and other discussions and recommendations.� (h) Respondents are encouraged to provide input or suggestions for the Contract Type; identify any contract vehicle that would be available to the Government for the procurement of these products and services, to include General Service Administration (GSA), GSA OASIS, NASA SEWP, Federal Supply Schedules, or any other Government Agency contract vehicle. 3.2 If the NAICS code or Small Business size standard appears to be incorrect please suggest an alternative NAICS code and Small Business size. 3.3 If identified as a Small Business under the NAICS code, indicate the approximate percentage of the requirement your firm is able to perform and include supporting information to demonstrate your capabilities of meeting that percentage. If a Large Business, identify an appropriate percentage for Small Business subcontracting opportunities. 3.4 Provide Past Performance information related to the tasks provided in the Draft PWS, if available. Supporting information should not reiterate the language of the tasks in the Draft PWS, but rather should provide details regarding your company's capabilities to execute the tasks. Additionally, all respondents are encouraged to provide recommendations for improving or clarifying the Draft PWS requirements. 4. CAPABILITIES STATEMENT: 4.1 Submission must be clear, concise, complete, and be submitted via e-mail before 1:00 p.m. E.S.T on 2 February 2022. Please submit capabilities package via e-mail to sam.culberth.1@us.af.mil and james.pattullo@us.af.mil. The Government will not award a contract solely on the basis of this Sources Sought, nor will it reimburse the contractor for any costs associated with preparing or submitting a response to this notice. Responses shall not exceed five (5) pages. Classified information will NOT be accepted. Proprietary information and trade secrets, if any should be minimized, and must be clearly marked on all submitted material. Information received that is clearly marked Proprietary will be handled accordingly. All submissions become Government property and will not be returned. All Government and contractor personnel reviewing responses will have signed non-disclosure agreements and understand their responsibility to properly use and protect proprietary information from unauthorized disclosure as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified. 4.2 Questions regarding this Sources Sought shall be submitted via email to sam.culberth.1@us.af.mil and james.pattullo@us.af.mil. Phone calls, faxes and verbal questions will not be accepted. The Government does not guarantee questions received after 2 Feb 2022 will be answered. 4.3. The information provided in this announcement is subject to change and is not binding on the Government. AFTAC has not made a commitment to procure any of the services discussed and release of this Sources Sought should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. 5. OMBUDSMAN � AFFARS 5352.201-9101 (Oct 2019): An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official.� Further, the ombudsman does not participate in the evaluation of the proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, Deputy Director of Contracting, AFICC/KC (OL-ACC), 114 Thompson St, Langley AFB, VA 23665-2769, phone number (757) 764-5372, facsimile number (757) 764-4400, E-mail address:� a7k1@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQAFICA/AFISRA/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS)(Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431. The ombudsman has no authority to render a decision that binds the agency. Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements.� Such inquires shall be directed to the Contracting Officer. (End of clause)
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/f29fd6dcb49c4b7fbb6c78ca17f34891/view)
- Place of Performance
- Address: Patrick AFB, FL 32925, USA
- Zip Code: 32925
- Country: USA
- Zip Code: 32925
- Record
- SN06225854-F 20220128/220126230110 (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 |