Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 08, 2023 SAM #7863
SOURCES SOUGHT

99 -- Sources Sought--Consolidated Air Mobility Planning System

Notice Date
6/6/2023 6:49:34 AM
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
FA4452 763 ESS SCOTT AFB IL 62225-5020 USA
 
ZIP Code
62225-5020
 
Solicitation Number
CAMPS23
 
Response Due
6/7/2023 7:00:00 AM
 
Archive Date
06/08/2023
 
Point of Contact
James Barrett, Mahmood Muhammad
 
E-Mail Address
james.barrett.21@us.af.mil, mahmood.muhammad@us.af.mil
(james.barrett.21@us.af.mil, mahmood.muhammad@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The United States Air Force, 763 Enterprise Sourcing Squadron (ESS) is seeking sources for contemplated contract for the current Air Force Consolidated Air Mobility Planning System (CAMPS) Services support, Contract Number FA4452-18-C-0004� CONTRACTING OFFICE ADDRESS:� 763 Enterprise Sourcing Squadron (763 ESS), 510 POW/MIA Drive, Suite E1004, Scott AFB, IL 62225� INTRODUCTION:� This is a Sources Sought to determine the availability and technical capability of small businesses (including following subsets, Certified 8(a), and Service-Disabled Veteran-Owned Small Businesses) to provide the required products and/or services.� The 763d ESS is seeking information for potential sources for current Air Force Consolidated Air Mobility Planning System (CAMPS) Services support, Contract Number FA4452-18-C-0004� DISCLAIMER:�� THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT 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 TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY�� CONTRACT/PROGRAM BACKGROUND�� Current Contract Number FA4452-18-C-0004� CONTRACT TYPE� Firm Fixed Price (FFP) & Cost Plus Fixed Fee (CPFF)� Incumbent and their size: DPRA Inc., Small Business� REQUIRED CAPABILITIES:� The 763 ESS is interested in the identification of capable sources to provide CAMPS Services.�� The United States Air Force (USAF) requires CAMPS Services which is Air Mobility Command's (AMC) Command and Control (C2) program that provides seamless airlift and tanker planning, scheduling, and analysis during peacetime, crisis, contingency and wartime operations.� CAMPS is a powerful planning tool that presents an integrated view of planning and scheduling mobility resources (airlift and tanker aircraft) while lowering life cycle costs.� CAMPS enhances usability and minimizes training requirements for users and systems personnel, using several industry standard Commercial Off The Shelf (COTS) products, on-line help, and a consistent Graphical User Interface (GUI) �look and feel� across all user functions.� CAMPS provides a complete, integrated view of mobility requirements, resources, and commitments; a status of air mobility planning and scheduling activities at each stage from concept initiation through mission closure; and alternative resource options to permit more efficient use of available assets.� CAMPS is currently operational on the MAF C2 Enclaves.� It supports U.S. Transportation Command, HQ AMC and the 618th Air Operations Center (TACC) users, as well as Air Mobility Division (AMD) users at Al Udeid AB, Qatar, and Training Facilities at Detachment 1, Air Mobility Warfare Center, Hurlburt Field, FL.��� SPECIAL REQUIREMENTS:�� Performance must start NLT 01 Jul 2023.�� NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE:�� The anticipated North American Industry Classification System Code (NAICS) for this requirement is 541511- Custom Computer Programming Services, with the corresponding size standard of $35,000,000.00.�� To assist 763 ESS in making a determination regarding the level of participation by small business in any subsequent procurement that may result from this Sources Sought Notice, you are also encouraged to provide information regarding your plans to use joint venturing (JV) or partnering to meet each of the requirement areas contained herein. This includes responses from qualified and capable Small Business, Small Disadvantaged Businesses, Service-Disabled Veteran-Owned Small Businesses, Woman- Owned Small Businesses, HUBZone Small Businesses, and 8(a) companies. You should provide information on how you would envision your company�s areas of expertise and those of any proposed JV/partner would be combined to meet the specific requirements contained in this announcement.�� 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. Responses must demonstrate the company�s ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14).�� SUBMISSION DETAILS:�� Responses should include:�� Business name and address.�� Name of company representative and their business title, telephone number and email address�� Identification of business size and whether currently designated as a Small Business as defined in the Federal Acquisition Regulation Part 19.1, and the appropriate categories (small business, small disadvantaged business, 8(a), service disabled veteran-owned small business, woman-owned small business, HUBZone, etc.) along with NAICS code;�� Cage Code�� Unique Entity Identifier (UEI)�� Anticipated teaming arrangements (if applicable)�� Any comments related/concerns relating to Draft PWS.�� Any other information deemed useful to the Air Force;�� Interested vendors should send capability packages via email NLT 7�Jun 23, 9:00AM Central Standard Time (CST) to Mahmood Muhammad, mahmood.muhammad@us.af.mil, and to James Barrett, james.barrett.21@us.af.mil.�� The capability package must be clear, concise, and complete. The Air Force is under no obligation to provide feedback to the company, or to contact the company for clarification of any information submitted in response to this request. Capability packages should be limited to no more than 5 pages using 10-point type or larger. Published literature may be any number of pages.�� Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All government and contractor personnel reviewing sources sought responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified.��
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/3cc2e98d11df40919aa22e6436544b7d/view)
 
Place of Performance
Address: Scott AFB, IL 62225, USA
Zip Code: 62225
Country: USA
 
Record
SN06706557-F 20230608/230606230125 (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.