Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 05, 2022 SAM #7645
SOURCES SOUGHT

R -- Management and Staff Support Services (MS3)

Notice Date
11/3/2022 4:07:48 PM
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
FA9422 AFNWC PZ KIRTLAND AFB NM 87117-0001 USA
 
ZIP Code
87117-0001
 
Solicitation Number
FA9422-23-R-0002
 
Response Due
12/1/2022 11:00:00 AM
 
Point of Contact
Chad Miller, Phone: 5058466489, Alexandria Holman, Phone: 5058468491
 
E-Mail Address
chad.miller.31@us.af.mil, alexandria.holman@us.af.mil
(chad.miller.31@us.af.mil, alexandria.holman@us.af.mil)
 
Small Business Set-Aside
8A 8(a) Set-Aside (FAR 19.8)
 
Description
1. Synopsis: This Sources Sought synopsis 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. Any information submitted by respondents to this Sources Sought synopsis is strictly voluntary. As stipulated in FAR 15.201(e), responses to this notice are NOT considered offers and cannot be accepted by the Government to form a binding contract. There is no solicitation package available at this time. The decision to solicit for a contract shall be solely within the Government's discretion. Respondents will not be notified individually of the results of any Government assessments. The Government may use the information obtained from responses to this notice in determining its acquisition approach, but the issuance of this notice does not restrict the Government's acquisition approach. The U.S. Government reserves the right to reject, in whole or in part, any input as a result of this notice. Not responding to this Sources Sought does not preclude participation in any future solicitation, if any is issued. 2. Acquisition Background: These types of services have been provided before under the following contracts: FA9422-20-C-5012 and FA9422-22-C-0001 awarded as direct 8(a) awards pursuant to FAR 19.803(b)(i)(A). AFNWC is considering consolidating the requirements of these previous awards as both have been worked by the same 8(a) company in the past. All respondents to this posting shall be 8(a) certified. AFNWC has not yet made the determination that consolidation is necessary and justified. This posting and responses received, though, will contribute to the market research required by FAR 7.107-2(a)(1). 3. Description of Effort: AFNWC is currently considering a single award contract to support the Center�s capability development efforts and address its technology needs. This acquisition would provide specialized contractor support functions in the areas of program management, business/financial management, analytical support, schedule analysis, DOD acquisition, and both common and executive administrative support services. The contractor shall also provide support in the execution of the Planning, Programming, Budget and Execution (PPBE) process, as well as support in analysis and financial reporting. General work services anticipated under this acquisition would include: (1) Program Management; (2) Scheduling and Schedule Integration Management; (3) Executive Administration; (4) Documentation Support; (5) Capability Development Program Management; (6) Financial Management and Program Support; and (7) Office Administration Support. Performance requirements are defined in section 3.0 of the draft Performance Work Statement (PWS; see Attachment). Be aware that the draft PWS may be subject to change. 4. Request for Statement of Capability (SOC): All interested offerors are requested to submit their SOC to the Government POCs listed below by 01 December 2022, 1200 Mountain Standard Time. All SOCs shall be UNCLASSIFIED. Disclosure of proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED and SEGREGATED. The SOC is limited to 5 pages, single spaced, 12-point Times New Roman font. Submissions shall be provided in either Microsoft Word or PDF format. Any other format may be blocked or stripped by the Government�s office and may not be received by the Government. SOCs shall be submitted electronically via email to the Government POCs below. All email submissions shall reference, �[Company Name] � Sources Sought Response MS3� in the subject line. Government Points of Contact (POC): Chad Miller� � � � � � � � � � � � � � � � � � � � � � Alexandria Holman Contract Specialist, AFNWC/PZNK� � � Contracting Officer, AFNWC/PZNK chad.miller.31@us.af.mil� � � � � � � � � � � alexandria.holman@us.af.mil 5. SOC Requirements: � � �A.�Capabilities: Submitted SOC shall demonstrate the following: Ability to provide personnel that are knowledgeable of Defense Travel System (DTS) and Task Management Tool (TMT).� Experience in interagency and intra-agency outreach, technology maturation efforts, and demonstrated familiarity with administering Small Business Innovation Research (SBIR), Small Business Technology Transfer (STTR), and other capability development programs. Proficiency in fiscal laws and funding policies, to include � Purpose Statute, Bona Fide Needs Rule, Anti-Deficiency Act. Demonstrated ability to provide personnel knowledgeable of Government documentation standards and processes, to include � AFH 33-337, �The Tongue and Quill� and Electronic Staff Summary Sheet (eSSS). Strategy for reducing turnover on a resultant contract award. Confirmation that your company currently has the appropriate facility clearance and cleared personnel to perform the effort. The required facility clearance is SECRET. Personnel clearance requirements are defined in the draft PWS, under paragraph 2.5.2. Identify any potential organizational conflict of interests. (A short statement on the potential issues will satisfy this requirement). � � B. Company information: The SOC shall include the following business information: Company Point of Contact (POC) and telephone number/email address for that POC CAGE code Size status under NAICS 541611 (size standard $21.5M) - Confirm that your company has a current 8(a) certification and certifies as small under the stated NAICS. Provide any other applicable certifications, such as: Historically Underutilized Business Zone SB (HUBZone); Veteran-Owned SB (VOSB); Service-Disabled Veteran-Owned SB (SDVOSB); Women-Owned SB (WOSB)/Economically Disadvantaged Women-Owned Small Business (EDWOSB).
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/57090ceddaac4af189a607320fc1bc58/view)
 
Place of Performance
Address: Kirtland AFB, NM 87117, USA
Zip Code: 87117
Country: USA
 
Record
SN06509765-F 20221105/221103230102 (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.