SOURCES SOUGHT
70 -- MTATS III
- Notice Date
- 8/8/2023 8:07:17 AM
- Notice Type
- Sources Sought
- Contracting Office
- FA2487 AFTC PZZD (EGLIN) EGLIN AFB FL 32542-6886 USA
- ZIP Code
- 32542-6886
- Solicitation Number
- FA248723RB003
- Response Due
- 8/21/2023 1:00:00 PM
- Archive Date
- 09/05/2023
- Point of Contact
- Melissa Hoover, Victoria Combs
- E-Mail Address
-
melissa.hoover.1@us.af.mil, victoria.combs@us.af.mil
(melissa.hoover.1@us.af.mil, victoria.combs@us.af.mil)
- Description
- The Department of Defense, United States Air Force (USAF), Air Force Materiel Command (AFMC), Air Force Test Center (AFTC), Specialized Testing Branch (PZZD), is currently conducting market research seeking capabilities statement from potential sources, including Large Businesses (LB), Small businesses (SB), 8(a), HUBZone, Economically Disadvantaged Woman-Owned (EDWOSB), Woman-Owned (WOSB), Service-Disabled Veteran Owned (SDVOSB) small business that are capable of the requirement list below. The United States Air Force (USAF), 96th Test Wing (96TW), Eglin AFB, FL, seeks support for the Mobile Target Asset Tracking System (MTATS III) Cloud Computing Environment which is a continuation of the current Mobile Target Asset Tracking System (MTATS II) and provides an operational management capability supporting the Eglin threats and mobile target asset and systems operations currently utilized by the 96 Range Support Squadron, Eglin Test and Training Center (ETTC). Attachment 1 (PWS dated 20 July 2023) outlines the objectives and requirements.��Specifically, the contractor must be a licensed IBM product user with MAXIMO software certification as well as an authorized IBM software license discount agent and must already be working with IBM MAXIMO. Additionally, the contractor must have FEDRAMP qualification, certification, and already be participating in the Federal Cloud Computing Environment (FCCE). All interested vendors shall submit a response demonstrating their capability to perform this effort to the Primary Point of Contact listed below.� Proposals are not being requested or accepted at this time.� 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.� No solicitation (Request for Proposal) exists at this time; therefore, do not request a copy of the solicitation.� The decision to solicit for a contract shall be solely within the Government�s discretion. The NAICS Code expected to be assigned to this acquisition is 541519, Other Computer Related Services, with a size standard of $34.0M. Large and Small Business respondents should indicate their size in relation to this size standard and indicate socio-economic status (i.e. SB, 8(a), HUBZone, EDWOSB, WOSB, or SDVOSB).� Respondents are further requested to indicate their status as a Foreign-owned/Foreign-controlled firm and any contemplated use of foreign national employees on this effort.� The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent action.� All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract.� No set-aside decision has been made.�� Any information submitted by respondents to this sources sought is voluntary.� This sources sought notice 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.� Respondents will not be individually notified of the results of any government assessments.� The Government�s assessment of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small business, or any particular small business program.� CAPABILITIES STATEMENT:� All interested vendors shall submit a capabilities statement that explicitly demonstrates their capability to provide/perform the requirement stated in this notice.� The capabilities statement should be brief and concise, yet clearly demonstrate an ability to meet the stated requirement.� The response must not exceed 15 pages.� Responses may be submitted electronically to the following e-mail addresses:� melissa.hoover.1@us.af.mil and victoria.combs@us.af.mil. All correspondence sent via email shall contain a subject line that reads �MTATS III�. If this subject line is not included, the e-mail may not get through e-mail filters at Eglin AFB.� Filters are designed to delete emails without a subject or with a suspicious subject or attachment.� Attachments with files ending in .zip or .exe are not allowable and will be deleted.� Ensure only .pdf, .doc, .docx, .xsls, or .xls documents are attached to your email.� All other attachments may be deleted.� All responsible sources may submit information that shall be considered by the agency. �If late information is received, it may be considered, depending on agency time constraints. �All routine communications regarding the announcement should be directed to the contracting point of contact listed in this posting. �The Government may or may not use any responses to this sources sought as a basis for a subsequent project/requirement.� Any project/requirement developed from the sources sought responses may be the subject of a subsequent acquisition; any such subsequent acquisition will be posted in SAM.gov separately. �Responses to this sources sought will not be returned. �The Government is under no obligation to acknowledge receipt of the information received or provide feedback to the respondents with respect to any of the information submitted under this sources sought. �No requests for a bid package or solicitation will be accepted; a bid package or solicitation does not exist at this time. �In order to protect the integrity of any possible future acquisition, no additional information will be provided and no appointments for presentations will be made in reference to this sources sought. Only qualified government employees will review submitted responses to this sources sought. �Respondents are advised that employees of commercial firms under contract with the Government may be used to administratively process submissions and perform other administrative duties requiring access to other contractor�s proprietary information.� These administrative support contractors include nondisclosure agreements prohibiting their contractor employees from disclosing any information submitted by other contractors or using such information for any purpose other than that for which it was furnished. RESPONSES ARE DUE NO LATER THAN 3:00 P.M. (CST) ON 21 August 2023. Direct all questions concerning this requirement to Melissa Hoover, Contract Officer at melissa.hoover.1@us.af.mil and Victoria Combs, Contract Specialist at victoria.combs@us.af.mil. �
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/526c94d1b63b431c802a81e61cf28b9b/view)
- Record
- SN06782144-F 20230810/230808230106 (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 |