Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 19, 2024 SAM #8088
SOURCES SOUGHT

R -- SAF/CN Advisory and Assistance Services

Notice Date
1/17/2024 12:54:38 PM
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
FA7014 AFDW PK ANDREWS AFB MD 20762-6604 USA
 
ZIP Code
20762-6604
 
Solicitation Number
FY24SAFCNAAS
 
Response Due
1/26/2024 1:00:00 PM
 
Archive Date
02/10/2024
 
Point of Contact
Robert Warren, Kyle Mead
 
E-Mail Address
robert.warren.13@us.af.mil, kyle.mead@us.af.mil
(robert.warren.13@us.af.mil, kyle.mead@us.af.mil)
 
Description
This is an updated posted of notice FA701423SAFCNA. Due to a technical error, the old posting could not be updated nor attached to this notice. If you previously responded to notice FA701423SAFCNA there is no need to respond to this notice and your previous response will be included in the market research report. However, if you'd like to update your submission or provide any additional information, please use this opportunity to update your submission. Additionally, items 1.6 and 1.7 are new for this submission as the Government is soliciting industry feedback. Requirement Description: The Secretary of the Air Force Office of the Chief Information Officer (SAF/CN) is conducting market intelligence to identify sources for a potential requirement for Advisory and Assistant Services (A&AS) in accordance with the attached Performance Work Statement.� The Government is still in the early acquisition planning stage and all activities at this time are considered market intelligence.� This is a Request for Information (RFI) and is NOT a request for proposals and the information received will be utilized for acquisition planning purposes.� Responders are advised that the Government will not pay for any information or administrative cost incurred with response to this announcement and information submitted in response to this RFI will not be returned. 1.0 REQUESTED INFORMATION 1.1 Capability Statement:�Request you submit a capability statement that presents your technical capability for completing the attached Performance Work Statement.� The capability statement shall at a minimum address the specific items below. � � �1.1.1 Approach: Describe your approach for accomplishing the Performance Work Statement. � � �1.1.2 Past Performance:�Identify previous contracts which are relevant to the scope of the Performance Work Statement.� Include contract number, period of performance, whether performance was completed as a prime or subcontract, and a summary of services provided. � � �1.1.3 Timeline:�Attached your timeline in obtaining the required skill set for contract award.� This timeline should include time for any applicable transition period, clearances (if required), and any other information that would be crucial to successfully transition to contract award. � � �1.1.4 Page Limit:�Capability Statements are limited to 15 pages in total length, single spaced, and 12-point font and accessible by either Microsoft Word or Adobe Acrobat. 1.2 Rough Order of Magnitude:� Please provide a Rough Order of Magnitude (ROM) for service for this�type of work and any ""Other Direct Costs"" that would be incurred e.g. travel, per diem, license costs.� Please be specific in the Labor Category with the skill sets for a Firm Fixed Price structure.� There is no page limit for the ROM. 1.3 Strategic Vehicles:�Please provide a list of any contractual vehicles that may be utilized to fulfill this requirement including but not limited to GSA Federal Supply Schedule Contracts, Decentralized Ordering Contracts, or any other strategic contractual vehicle that your company is a part of.� There is no page limit for this submission. 1.4 Submission Instructions:�Please provide your responses to this RFI to the primary POC listed in this announcement by the timeframe listed in this announcement.� Additionally, please include your company's CAGE, Unique Entity ID, and Size Standard as part of your submission.��Please note:�Large submissions may be required to be sent via multiple e-mails.� The Government recommends contacting the primary POC in this announcement to verify receipt.� 1.5 Industry Discussions:�The Government may choose to meet with companies who responded to this RFI to hold one-on-one discussions.� Discussions would only be held to obtain further clarification of potential capability to meet the requirement. 1.6 Proposed Acquisition Strategy:�The Government is contemplating a full trade off (both technical and past performance) for this acquisition. This allows the Government to trade off price for a better technical and or past performance solution in the Government's best interest. The Government would like to solicit industry feedback for this acquisition approach regarding the pros/cons that industry perceives with the acquisition approach. 1.7 Industry Feedback Regarding Requirement:�While the Government is the final decision regarding the requirement, we would like to solicit industry feedback regarding the attached requirements documentation and where industry thinks that we could improve the overall quality of the product/service received by updating/clarifying our requirement.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c78de2ebed10428c9186bffb2e3b8805/view)
 
Place of Performance
Address: Washington, DC 20301, USA
Zip Code: 20301
Country: USA
 
Record
SN06937694-F 20240119/240117230045 (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.