Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 04, 2006 FBO #1651
SOURCES SOUGHT

R -- Air Force Small Business Innovation Research (SBIR) Transition Support

Notice Date
6/2/2006
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 2275 D Street, Wright-Patterson AFB, OH, 45433-7218
 
ZIP Code
45433-7218
 
Solicitation Number
FA8604-06-R-7479
 
Response Due
6/16/2006
 
Archive Date
7/1/2006
 
Description
This is a sources sought synopsis. There is no solicitation available at this time. This Sources Sought Synopsis is published for market research purposes only. This market survey is conducted to identify potential sources capable of meeting the requirements for providing the Air Force with SBIR Transition Support at Air Force Product Centers (Los Angeles AFB, CA, Hanscom AFB, MA Eglin AFB, FL and Wright-Patterson AFB, OH). A proposed draft Performance Work Statement is attached to provide respondents a better understanding of the needs of the AF SBIR Program and the respondent?s potential ability to meet the Government?s requirement. Firms responding to this announcement should indicate their size, particularly if they are a small business, small disadvantaged business, woman-owned small business, HUBZone small business or service disabled veteran-owned small business, and should also indicate if the firm is foreign-owned. The North American Industry Classification System (NAICS) code 541330 applies to this acquisition with a size standard of $4.5M. AF SBIR transition support includes, but is not limited to, assisting in the development of strategic guidance for topic generation by collecting and cross correlating pervasive technical risk areas and linking them to technology needs, analyzing acquisition and AFRL roadmaps in order to identify technology gaps, and by other methods as applicable. Supporting AF Product Center Acquisition and Developmental Planning Offices in gathering topic input from the AF Prime Contractors. Tracking and recording SBIR product transitions to Product Center programs. Assisting in identifying SBIR Phase 2 programs with high probability of transitioning and developing a transition strategy. Assisting in the technical editing of AF SBIR Phase 1 topic write-ups. Supporting Product Center/AFRL SBIR related meetings by recording minutes, tracking action items etc. Participation in the annual DOD SBIR Tri-Service Conference. Providing other transition mechanisms as needed. This effort will require a current Secret Facility Clearance and will require non-disclosure agreements be executed. The AF anticipates using a GSA contract for this award. The AF anticipates that the task order will be for 3 years. The AF plans on establishing an award fee structure to incentivize performance, respondents are encouraged to propose their methodology for developing an award fee pool derived within the negotiated GSA schedule rates and factors. NAICS code 541330 applies ? respondents must propose the GSA schedule that they feel is appropriate for this acquisition. All interested parties shall submit a capabilities package that explicitly demonstrates capabilities and expertise related to this effort. Foreign contractor participation at the prime level is not permitted. The capabilities package requirements are to be presented in accordance with the attachments entitled ?Capabilities Package.? The Government will neither award a contract solely on the basis of this synopsis nor will it reimburse the contractor for any costs associated with preparing or submitting a response to this notice. This synopsis does not constitute a Request for Quotation (RFQ), Request for Proposal (RFP), or an Invitation for Bid (IFB), nor does this issuance restrict the Government?s acquisition approach. The Government reserves the right to reject in whole or in part any industry input as a result of this announcement. The Government recognizes that proprietary data may be a part of this effort. If so, clearly mark such restricted or proprietary data and present it as an addendum to the non-restricted/non-proprietary information. If the Government decides to award a contract for this or related effort, a combined synopsis/solicitation will be published. This activity is being managed by the ASC/PKW for the AF SBIR Program Office at WPAFB, OH. If you have any questions, you may contact Angela Nalley, Contracting Officer (angela.nalley@wpafb.af.mi) (937) 656-7474. See attached: 1. Instructions for Capabilities Package 2. Draft PWS
 
Place of Performance
Address: Wright Patterson AFB, OH
Zip Code: 45433
Country: United States
 
Record
SN01061494-W 20060604/060602220836 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.