Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 02, 2024 SAM #8131
SOURCES SOUGHT

99 -- Subject Matter Expert Support

Notice Date
2/29/2024 8:49:12 AM
 
Notice Type
Sources Sought
 
Contracting Office
FA8770 AFLCMC GBK WRIGHT PATTERSON AFB OH 45433-5769 USA
 
ZIP Code
45433-5769
 
Solicitation Number
FA8770-24-R-B006-SS
 
Response Due
3/6/2024 9:00:00 AM
 
Archive Date
03/21/2024
 
Point of Contact
Scott Ashelman, Eric Lagasse
 
E-Mail Address
scott.ashelman@us.af.mil, eric.lagasse@us.af.mil
(scott.ashelman@us.af.mil, eric.lagasse@us.af.mil)
 
Description
SOURCES SOUGHT (Not a Notice of Solicitation) ����������� FA8770-24-R-B006-SS The United States Air Force, Air Force Life Cycle Management Center, Enterprise Logistics Contracting Branch, Wright-Patterson Air Force Base, Ohio is seeking capabilities packages of only small business (SB) sources that are capable of providing Subject Matter Expert support for Logistics Readiness Division (AFLCMC/GBS) and Logistics Maintenance Division (AFLCMC/GBM) programs. Firms that respond shall 1) specify that their service meets the specifications provided below and 2) provide detailed information to show clear technical compliance of the Performance Work Statement. THIS SOURCES SOUGHT IS FOR MARKET RESEARCH PURPOSES ONLY.� THIS IS NOT A REQUEST FOR PROPOSALS. � All interested firms shall submit a response to the Primary Point of Contact, Mr. Scott Ashelman, demonstrating their capability to provide these services. As stipulated in Federal Acquisition Regulation (FAR) 15.201, 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; 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 assigned to this acquisition is 541511 (Custom Computer Programming Services) with a size standard of $34M. Firms responding should indicate their size in relation to this small business size standard, and indicate socio-economic status (8(a) with Graduation Date, SDVOSB, EDWOSB, WOSB, or HUBZone). 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. Please note that the rules governing affiliation and ostensible subcontracting apply when determining size under FAR 52.219-14, Limitations on Subcontracting, as does the Non-Manufacturer Rule if a supply NAICS code is chosen.� Respondents should consider how the primary tasks identified in this sources sought will be broken out between prime & subcontractors to avoid ostensible subcontracting and address this in their response, if necessary. 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. Please be aware that the Government Acquisition Team is still determining its acquisition strategy, and if it is determined that this buy will be set aside for Small Business or 8(a) participants, FAR 52.219-14 � Limitations on Subcontracting will apply. CAPABILITIES PACKAGE: All interested firms shall submit a capabilities package that explicitly demonstrates their capability to provide the required services. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. The response must not exceed five (5) pages.� All correspondence sent via email shall contain a subject line that reads: Sources Sought � Subject Matter Expert Services If this subject line is not included, the email may not get through email filters at Wright-Patterson AFB. Filters are designed to delete emails without a subject or with a suspicious subject or attachments. 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. Responses may be submitted electronically to the following e-mail address: Scott.ashelman@us.af.mil RESPONSES ARE DUE NO LATER THAN 6 March 2024 12:00 PM Eastern Time. Direct all questions concerning this acquisition to Scott Ashelman at scott.ashelman@us.af.mil including the necessary subject line indicated above. Attachment: Performance Work Statement (End Document)
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/388a96806585416c9e86d8496a1c34b4/view)
 
Place of Performance
Address: Dayton, OH, USA
Country: USA
 
Record
SN06982537-F 20240302/240229230108 (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.