SOURCES SOUGHT
R -- AFLCMC/AZS Source Selection Methodology HTRO
- Notice Date
- 10/10/2024 7:26:33 AM
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- FA8622 AFLCMC AZS EPASS WRIGHT PATTERSON AFB OH 45433-7624 USA
- ZIP Code
- 45433-7624
- Solicitation Number
- FA8622
- Response Due
- 10/23/2024 11:00:00 AM
- Archive Date
- 11/07/2024
- Point of Contact
- Emily Starkey, Phone: 9379046388, Brock Bowers
- E-Mail Address
-
emily.starkey@us.af.mil, brock.bowers@us.af.mil
(emily.starkey@us.af.mil, brock.bowers@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- SUBJECT: AFLCMC/AZS Advisory and Assistance Services (A&AS) supporting Air Force Life Cycle Management Center (AFLCMC) seeking information regarding Two-Highest Technically Rated Offeror (2HTRO) fair opportunity procedures 1. Purpose: The purpose of this Request for Information (RFI) is for the AFLCMC/AZS Enterprise Professional Administrative Support Service (EPASS) Office to seek feedback from industry on the benefits and/or potential concerns changing source selection methodologies from the Highest Technically Rated Offeror Realistic and Reasonable Price (HTRO-RRP) to 2HTRO. This RFI constitutes market research in accordance with FAR Part 10 and is not a Request For Proposal. The Government is issuing this RFI, in support of AZS, to determine if our industry partners have the capability to provide feedback described herein. 2. Background: AFLCMC/AZS EPASS supports United States Air Force (USAF) and/or Foreign Military Sales (FMS) A&AS requirements. A&AS contracts provide organizations with a broad range of professional acquisition, engineering, scientific, research, financial, test, intelligence, security management, and administrative capabilities to execute effective and responsive cyber resiliency for weapon systems research, development, production, and lifecycle acquisition and sustainment activities, as well as integrated program management of aircraft research, development, production, and lifecycle acquisition and sustainment activities. AFLCMC/AZS EPASS utilizes a HTRO-RRP source selection methodology. A HTRO-RRP selection methodology allows award without using trade-offs or LPTA methods. Offerors submit self-score proposals with supporting documentation in accordance with the evaluation criteria that are then validated by the Government. The offeror with the highest, validated score is then awarded the contract. A 2HTRO utilizes the HTRO-RRP method; however, instead of just one proposal, the top two scored proposals are validated by the Government in accordance with the evaluation criteria. Once the top two proposals are validated, a trade-off between the two occurs, again based on the evaluation criteria. Based on the trade-off results, an award is made to the offeror who represents the �best value� to the Government. 3. Request for Information: This RFI is intended for industry to have the opportunity to give critical feedback and market research regarding the two different potential source selection methodologies and their impact on fulfilling EPASS requirements. 4. Responses: Vendors with the requisite skills, resources, and capabilities necessary are invited to respond to this RFI via an electronic submission no later than 23 October 2024, 2:00 PM Eastern Daylight Time (EDT). Responses shall be an executive summary and feedback of no more than three (3) pages when printed on 8 � x 11-inch paper, written in Times New Roman, single spaced, 12-point font. All electronic documents must be in Microsoft Word (.docx) or Adobe Portable Document Format (.pdf). Responses are requested to include the following information: (1) Name and mailing address of respondent/company (Corporate/Principal Office). (2) Name, mailing address, overnight delivery address (if different from mailing address), telephone number, and e-mail address of designated point of contact (POC). (3) General Service Administration (GSA) contract number (if applicable). (4) CAGE Code and/or Unique Entity ID. (5) Business Size under one of the following NAICS (NAICS 541330 Exp A, Military and Aerospace Equipment and Military Weapons; NAICS 541330 Exp B, Contracts and Subcontracts for Engineering Services Awarded Under the National Energy Policy Act of 1992; NAICS 541330 Exp C, Marine Engineering and Naval Architecture; 541715 Exp A, Research and Development in Aircraft, Aircraft Engine and Engine Parts). (6) White paper providing feedback on the two source selection methodologies. (7) Recommendations to improve the Government�s approach to this requirement. (8) If applicable, state if you are a small business. (9) Responses shall be submitted via email only to Mr. Kevin Losie at kevin.losie@us.af.mil and Ms. Sarah Wooten at sarah.wooten.2@us.af.mil no later than 23 October 2024, 2:00 PM EDT. Telephone replies will not be accepted. Inquiries by telephone will not be accepted. 5. This is not a solicitation for proposals. This is a RFI only. This RFI is for planning and informational purposes only and shall NOT be considered as a Request for Proposal (RFP) or as an obligation on the part of the Government to acquire any products or services. The Government will NOT be responsible for any costs incurred in responding to this RFI or furnishing the requested information. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of a vendor�s submission of responses to this RFI or the Government�s use of such information. The Government reserves the right to reject, in whole or in part, any vendor�s input resulting from this RFI. No contract will be awarded from this announcement. Pursuant to Federal Acquisition Regulations (FAR) 15.201(e), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract. 6. Responses due NLT 2:00 PM EDT on Wednesday, 23 October 2024. Please send RFI feedback to Ms. Sarah Wooten at sarah.wooten.2@us.af.mil and Mr. Kevin Losie at kevin.losie@us.af.mil.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/e92104055db943d6a43d43d3214dd303/view)
- Place of Performance
- Address: Wright Patterson AFB, OH 45433, USA
- Zip Code: 45433
- Country: USA
- Zip Code: 45433
- Record
- SN07238749-F 20241012/241010230105 (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 |