SOURCES SOUGHT
D -- Kessel Run Global Command and Control System (GCCS) Training
- Notice Date
- 7/19/2023 1:42:52 PM
- Notice Type
- Sources Sought
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- FA8730 KESSEL RUN AFLCMC/HBBK HANSCOM AFB MA 01731-2100 USA
- ZIP Code
- 01731-2100
- Solicitation Number
- AFLCMC-HBBK-GCCS
- Response Due
- 7/28/2023 11:00:00 AM
- Archive Date
- 08/12/2023
- Point of Contact
- Rachel Sullivan, Sarah Dumoulin-Minguet
- E-Mail Address
-
rachel.sullivan.3@us.af.mil, sarah.dumoulin-minguet@us.af.mil
(rachel.sullivan.3@us.af.mil, sarah.dumoulin-minguet@us.af.mil)
- Description
- 1. The US Air Force Air Operations Center Weapon System (AOC WS) Program Management Office (PMO) has a requirement for ongoing training on the Global Command and Control System (GCCS) and is conducting market research on the availability and capability of vendors to provide this training. 2. This is a Request for Information (RFI) only. No award will be made as a result of this RFI. The Government will not reimburse prospective offerors for any expenses associated with their response to this RFI. Should a contract solution be sought, a Request for Quote will be posted at a later date, yet to be determined. 3. Please provide the following business information for your company/institution and for any teaming or joint venture partners: �Company/Institute Name Address� Point of Contact� CAGE Code� Phone Number E-mail Address Web Page URL Size of business pursuant to NAICS Code: 541519 Based on the above NAICS Code, state whether your company is:� Small Business 8(a) Participant HUBZone Small Business� Service-Disabled Veteran-Owned Small Business� Women-Owned Small Business 4. Pursuant to this RFI, the AF requests all interested contractors provide a capabilities statement outlining their ability to complete the work listed in the attached Performance Work Statement (PWS). Demonstrate your ability and experience for the same or similar services by providing the following information:� Contract Number� Procuring Agency Contract Value Services Provided 5. The AF intends for this requirement to be a base year and four (4) option years, with a total possible Period of Performance of 5 years if a contract is awarded. The AF currently intends to utilize a Firm Fixed Price (FFP) and Cost Reimbursable (CR) CLIN Structure. The possible CLIN structure is outlined below: 6. As outlined in the draft PWS attached to this RFI, there is a requirement for travel (para 2.2.1). At this time the specific military installations where training will be held are not identified. If a contract is sought, those locations will be provided within an attachment to the RFQ to allow accurate pricing to be provided. 7. The AF further requests that contractors provide any suggested improvements / changes to the PWS and / or CLIN types to help further refine the requirement outlined. 8. Please send all responses, as well as questions or clarifications to the Contract Specialist Ms. Sarah Dumoulin-Minguet at sarah.dumoulin-minguet@us.af.mil and to the undersigned Contracting Officer at rachel.sullivan.3@us.af.mil.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/71b010a2f9c84cd5af8813bead41954e/view)
- Record
- SN06756040-F 20230721/230719230051 (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 |