Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 23, 2022 SAM #7418
SOURCES SOUGHT

R -- SAF/CDM & PEO-EIS FMS SETA Requirement

Notice Date
3/21/2022 10:22:53 AM
 
Notice Type
Sources Sought
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
FA7146 CONCEPTS DEVL MGT SAF CDM FAIRFAX VA 22030-6032 USA
 
ZIP Code
22030-6032
 
Solicitation Number
FA7146-22-N-0001
 
Response Due
3/29/2022 9:01:00 AM
 
Point of Contact
Kevin T. Adams, Phone: 3012034766, Shante McGee, Phone: +1-703-806-3129
 
E-Mail Address
kevin.adams.20@us.af.mil, shante.m.mcgee.civ@mail.mil
(kevin.adams.20@us.af.mil, shante.m.mcgee.civ@mail.mil)
 
Description
**** NOTICE: This is a Foreign Military Sale **** PURPOSE: This Sources Sought Announcement (SS) is for information and planning purposes only; it is not to be construed as a commitment by the Government. This is not a solicitation announcement for proposals, quotations or bids; therefore, a contract may not be awarded as a result of this SS. The purpose of this announcement is to gain knowledge of the interest, capabilities and qualifications from Small Business contractors.� The type of solicitation will depend upon the responses to this SS and final analysis of the market research report. OBJECTIVE OF THE SS: The Secretary of the Air Force Concept, Management Development office (SAF/CDM) on behalf of Product Lead (PL), Allied Information Technology (AIT) hereby issues this SS. The goal of the SS is to survey the market for potential Small Business contractors who have the skills, experience, knowledge, and capabilities required to provide project management and support services for the Project Management Office (PMO) AIT under the Program Executive Office Enterprise Information Systems (PEO EIS).� BACKGROUND: The US Army PEO EIS PL AIT supports the Army's security assistance mission by developing, delivering and sustaining IT-specific end states inclusive of, but not limited to, non-standard C5I through Building Partner Capacity (BPC) programs, congressionally-mandated funding initiatives and other security cooperation enterprise activities in support of customer requirements from a variety of funding sources including, but not limited to, Counter Russian Influence Fund (CRIF); Counter China Influence Fund (CCIF); Foreign Military Sales (FMS); Foreign Military Financing (FMF); Iraq Security Forces Fund (ISFF); 333, Foreign Security Forces: Authority to Build Capacity; Global Peacekeeping Operations Initiative (GPOI); and Global Security Contingency Fund (GSCF). SCOPE: The Non-personal services expected to be provided are outlined within the attached draft Performance Work Statement (PWS) dated, 4 Fbruary 2022. The main tasks within the attached PWS are as follows: Task 1- Project Management Task 2- Technical Management (System Integration, Network Management, Software Engineering Support, Hardware Engineering Support, Test and Evaluation Management, Systems Engineering and Cybersecurity Support) Task 3- Acquisition Management Task 4- Business Management PERIOD OF PERFORMANCE (POP): The POP shall consist of a base period of 36 months from date of award followed by two (2) 12 month option periods. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS): In accordance with FAR Part 19, the government seeks maximum practicable opportunities for qualified and interested small business concerns to participate in this acquisition. The most likely identified NAICS code for this acquisition is 541519, �Other Computer Related Services�. The size standard for this code is $27,500,000.00. CONTRACTING OFFICE POINTS OF CONTACT (POCs): Contracting Officer: Kevin Adams�E-mail: kevin.adams.20@us.af.mil Other PoC: Shante McGee� � � E-mail: shante.m.mcgee.civ@army.mil� � � �� SALIENT CHARECTERISTICS:� �It is anticipated that the following support will be required. For EACH area you are required to respond whether your organization has the capability to provide the support. In addition, you are REQUIRED to submit an example of providing similar support AND provide a point of contact where you provided the support to include the email and phone number. If you are unable to provide the support, but could meet the support with a team member or subcontractor, you must provide an example of their providing the support and provide a point of contact where they provided the support to include the email and phone number. ONLY THOSE RESPONDERS THAT ARE CAPABLE OF PROVIDING SUPPORT IN ALL AREAS EITHER AS THE PRIME OR WITH TEAMING OR WITH A SUBCONTRACTOR, EACH OF WHOM MUST BE FULLY COMPLIANT WITH THE ORGANIZATIONAL CONFLICT OF INTEREST REQUIREMENTS, INCLUDING THE APPEARANCE THEREOF, WILL BE CONSIDERED CAPABLE OF PERFORMING THE REQUIREMENT.� Past performance and an understanding and ability to operate in this environment is a critical requirement.� The following list represents the salient characteristics of this acquisition: Experience in the technical areas required by the program as depicted in the PWS Understanding of and experience with �International Traffic in Arms Regulation (ITAR) and Status of Forces Agreement (SOFA) Assistance in Rapid Procurement/Acquisition and International Logistics Infrastructure and logistics capabilities to support multiple FMS projects across all Geographical Combatant Command (GCC) Areas of Responsibility (AOR) (i.e. EUCOM, CENTCOM, INDO-PACOM, SOUTHCOM, NORTHCOM and AFRICOM) More than five years past performance experience in supporting Foreign Military Sales (FMS) More than five years past performance experience with OCONUS Materiel/Equipment Export More than five years past performance experience with tax, labor and foreign clearance requirements of personnel, including obtaining necessary business licenses when required by specific countries. More than five years past performance experience with arming contractors and/or with private security requirements for personnel operating in austere and hostile environments SUBMISSION GUIDELINES: Interested parties are requested to provide an information package consisting of the following: The contractor submission to the items in this notice shall be limited to no more than 20 pages including the cover page and appendices). The Capability Statement must be sufficient to demonstrate performance acumen directly related to the performance of the requirement as specified in the attached draft PWS dated, 2-4-2022 and Salient Characteristics.� The contract type has not been determined for this acquisition.� In the case that the resulting award is a cost reimbursement contract, the offeror would be required to provide documentation necessary to demonstrate that their accounting system is adequate in accordance with the requirement in FAR 16.301-3(a) with respect to cost type contracts. This requirement also applies to subcontractors if subcontractor costs are proposed on a cost reimbursable basis. Please state whether your accounting system has been verified as adequate by the Defense Contract Audit Agency (DCAA)? Yes or no.� If no, please state the expected timeline to obtain a verified system. This contract supports efforts in countries that may require specific business licenses in order for contractors to provide support in country. Currently the PMO is managing projects in Iraq which requires a license. Do you have a current business license to operate in Iraq? Yes or no. ��If no, please state the timeline in which your company will obtain the business license. All information submitted to the contracting office POCs must reference SSA number FA7146-22-D-B.� Documents must be submitted in electronic format (i.e. Microsoft Word or Adobe Acrobat compatible) to the Contracting Officer and Contract Specialist stated above.� The information package shall also include: Company Name, Profile of your company, including information of the company�s POCs (name, phone number, and email address), Company location, Cage Code, DUNS Number, product and services offerings, current Government contract vehicles (include contract # and name of vehicle),and your 8(a) certification regarding current small business eligibility.� Describe corporate experience and/or past performance within the past three (3) years in the PMOS functions with salient features.� For each area that a vendor has specific experience, please cite the customer, contract effort (including contract number and total dollar value), and indicate whether your company participated as the prime or subcontractor.� Further, please identify any key subcontractors if known as part of your response as well as any recommended staffing plans, personnel and/or organization experience. NOTE: This is just a SS to determine if there are viable vendors capable of executing the requirements contained in the PWS. If actual experience with the salient characteristics are not possessed, please explain what similar, relevant experience your company does have and how you will be able to meet the seven (7) potential requirements as stated in the draft PWS. Also provide: A description of the relevant Army Acquisition Program support background, experience, and skills of your company's projected personnel to perform and meet all elements of the attached draft PWS dated, 4 February 2022.� Include specifically support of IT acquisition programs. The services capability to compensate for failing to meet all the stated needs by offering other advantageous features or performance. Any other information that clearly demonstrates the respondent's relevant Army IT acquisition program capabilities, expertise, and experience to establish core competencies of the firm. If you submit proprietary information, you must clearly mark quote proprietary quote mark on every sheet containing such information and segregate the Proprietary information to the maximum extent practical from other portions of your response (e.g. use an attachment or exhibit). Respondents are responsible for adequately marking Proprietary information in their response. Interested vendors must be registered in the System for Award Management (SAM) database.� For SAM registration, please visit online - https://www.sam.gov/portal/public/SAM PACKAGE SUBMISSION DEADLINE: Contractors are responsible for all costs for submitting their capability packages.� All capability packages must be electronically submitted to the AGENCY (Contracting Officer & Contract Specialist) by 12 noon Eastern Standard Time (EST) on 29 March 2022. QUESTIONS AND ANSWERS (Q&A): All questions must be submitted in writing and e-mailed to AGENCY (Contracting Officer & Contract Specialist) by 12 noon EST on 24 March 2022. Questions received after this date/time may or may not be answered. Please be advised that pre-solicitation correspondence (i.e. Questions &Answers, messages, etc.) are solely to aid the potential Offerors.� If you find any discrepancies between communication dialog and any forthcoming contractual document (i.e. solicitation, Price Model, etc.), the contractual document shall prevail. IMPORTANT INFORMATION TO VENDORS: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in the response or any follow-up information requests. Therefore, responses to this announcement cannot be accepted as offers. The Government reserves the right to use the information provided by respondents for any purpose deemed necessary and legally appropriate.� Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization�s qualifications to perform the requirements.� Respondents are advised that the Government is under no obligation to provide feedback to respondents or request any additional information from respondents with respect to any information submitted.� After reviewing the responses received as a result of this SS, a solicitation may be issued. A response to this SS notice will not be considered as an adequate response to any future solicitation.�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/47a2d30c8f3f4ed8b4b64e9f0faf8ee5/view)
 
Place of Performance
Address: Fort Belvoir, VA, USA
Country: USA
 
Record
SN06274097-F 20220323/220321230103 (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.