Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 19, 2006 FBO #1819
SOURCES SOUGHT

R -- Advisory and Assistance Services (A&AS) for United States Strategic Command (USSTRATCOM) Systems and Missions Support (USAMS).

Notice Date
11/17/2006
 
Notice Type
Sources Sought
 
NAICS
541618 — Other Management Consulting Services
 
Contracting Office
Department of the Air Force, Air Combat Command, 55 CONS, 101 Washington Sq Bldg 40, Offutt AFB, NE, 68113-2107, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
FA4600-07-R-0005
 
Response Due
12/12/2006
 
Archive Date
12/27/2006
 
Description
A. INTRODUCTION: 1. This is a Sources Sought synopsis being conducted pursuant to FAR Part 10, Market Research. This is for planning purposes only and there is no solicitation available at this time. 2. This is an initial step in the planning process for the United States Strategic Command (USSTRATCOM) Systems and Missions Support (USAMS) acquisition. 3. The 55th Contracting Squadron at Offutt Air Force Base, Nebraska, seeks potential sources to perform a variety of non-personal Advisory and Assistance Services (A&AS) in support of USSTRATCOM, and associated supporting organizations, including the Joint Forces Component Commands and the Combatant Commanders, Air Force Weather Agency (AFWA), Defense Technical Information Center (DTIC), Air Force Combat Climatology Center (AFCCC), Joint Information Operations Center (JIOC), as well as other possible DoD organizations. 4. The solicitation, when issued, will be a Request for Proposal (RFP) using a best value source selection methodology for contractor selection. The Government is contemplating award of more than one multiple award Indefinite-Delivery Indefinite-Quantity (IDIQ) contract with a performance period that will include a base year and four one-year option periods. 5. The type of task orders anticipated to be issued under the contract may include Firm Fixed Price, Time & Materials, and Cost Plus Fixed Fee. B. USAMS BACKGROUND: The current IDIQ A&AS contract requirements are competed under firm-fixed price level of effort, time and materials, and/or cost plus contract types for management and professional assistance, advice, or training; studies, analyses, evaluations, and engineering or technical opinions, alternatives, recommendations and/or reports. C. USAMS REQUIREMENTS: 1. A&AS requirements may take the form of information, advice, opinions, alternatives, analyses, evaluations, recommendations, training, and the day-to-day aid of support personnel needed for the successful performance of ongoing operations. The required support will fall into one of the three A&AS categories described below. a. Management and Professional Services ? These services provide assistance, advice, and/or training for the efficient and effective management and operation of USSTRATCOM organizations, activities, and/or systems. b. Studies, Analyses and Evaluations ? These services require organized, analytical assessments and evaluations supporting improved policy development, decision-making, management or administration, as well studies, models, or methodologies related to other complex issues. c. Engineering and Technical Services ? These services take the form of technical advice, assistance, and/or training required to support any of USSTRATCOM?s or their supported agencies mission areas. D. INFORMATION AND INSTRUCTIONS: 1. How to Submit: All businesses capable of providing A&AS support are invited to respond with capability packages. Any information provided to the Government as a result of this sources sought synopsis is voluntary and the Government will not pay for any information submitted. All packages should be UNCLASSIFIED material only. The Government will assess a company?s capability to provide A&AS support by evaluating the capability packages using the criteria identified in the capabilities criteria. 2. Respondents shall submit their capability packages to include three (3) hard copies and a single compact disc to the following address: 55 CONS/LGCZ, Attn: Cheryl Bunting, 101 Washington Square, Offutt AFB NE 68113-2107. 3. Packages should not exceed 30 pages, each single-side counting one page, 8.5 x 11 inch, with one-inch margins, and font no smaller than 10 point Times New Roman. All capability packages must be received no later than 4:00 p.m. local time on 12 December 2006. E. CAPABILITY PACKAGE AND CRITERIA: 1. The Government will identify competitive firms by evaluating the capability packages using the attached Capabilities Criteria. In all cases, potential offerors should be specific in referring to capabilities in the technical areas addressed in the General Description associated with this effort. 2. Respondents must include the following information with their statement of capabilities: a. Company Information: Your company's name, address, telephone number, a point of contact with e-mail address, Federal Cage Code, Data Universal Numbering System (DUNS), Central Contractor Registration (CCR) number, business size, and security clearance level, must be included in the capability package. b. Does your company intend to submit a proposal in response to the upcoming solicitation as a prime contractor or a subcontractor? c. Are there any other factors concerning your company's ability to perform the upcoming effort that DoD should consider? d. Indicate your status as a foreign-owned/foreign-controlled firm and any contemplated use of foreign national employees on this effort. e. Provide information on up to three (3) contracts for similar work within the past three (3) years. Include complete references, contract titles, dollar values, points of contact, title and telephone numbers. The Government will evaluate relevant experience information based on (1) information provided by the Offeror; (2) information obtained from the references provided by the respondent, and/or (3) data independently obtained from other Government and commercial sources. f. The North American Industrial Classification System (NAICS) is 541618, Other Management Consulting Services, which has a small business size standard of $6.5M in annual gross income. Note, a small business firm must be able to perform at least 50% of the total requirement within its own company (FAR 52.219-14, Limitations on Subcontracting). g. Small Business: Responses to this announcement should indicate whether the respondent is a small business, 8(a) concern, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, women-owned small business, or historically black college of university (HBCU) or minority institution (MI) (as defined by the clause at DFARS 252.226-7000). F. GENERAL DESCRIPTION: This effort supports all missions and tasks of USSTRATCOM, subordinate and supporting agencies, and component commands, as well as all supported organizations and agencies including the Joint Forces Component Commands and the Combatant Commanders, Air Force Weather Agency (AFWA), Defense Technical Information Center (DTIC), Air Force Combat Climatology Center (AFCCC), Joint Information Operations Center (JIOC), as well as other possible DoD organizations. These efforts include the Integrated Tactical Warning/ Attack Assessment (ITW/AA), Global Strike (GS), Integrated Missile Defense (IMD), Information Operations (IO), global C4ISR, strategic war planning and execution, strategic analyses and assessments, Space Control, Space Support, Force Enhancement, and Force Application mission areas. Support shall include all USSTRATCOM-related systems such as: the Integrated Strategic Planning and Analysis Network (ISPAN); USSTRATCOM C2 systems; Command infrastructure; common-user and dedicated satellite control networks; the Space Surveillance Network; the Missile Warning systems; current and future operational spacecraft programs; National/Ballistic Missile Defense Systems; Computer Network Defense and Attack (CND/A); current and future commercial programs; a family of tactical space systems; national space systems; and space launch vehicles to include new generation expendable and reusable launch vehicles and the overall integration of the of the various mission areas Concept of Operations (CONOPS). This effort also addresses intelligence, intelligence-related, and information assurance systems, dissemination, collection, analysis, forecast, product tailoring, data architecture, and core services. The resultant procurement requires technical assistance to support development of strategy and doctrine; long range planning; Integrated Priority List (IPL); necessary policies and procedures; systems integration analyses and evaluation; wargaming; logistics support analysis and recommendations; documentation updates; and quick reaction technical support for all mission areas and associated command, control and communications systems. Technical expertise is required to guide the components in the development, certification, and sustainment of their systems, supporting technical documentation, and subsystem architectures. Technical expertise is required to develop operational, systems, and technical architectures IAW the Department of Defense (DoD) Architecture Framework Document. G. GOVERNMENT RESPONSIBILITY: This sources sought synopsis should not be construed as a commitment by the Government for any purpose, nor does it restrict the Government to an ultimate acquisition approach. Any information provided as a result of this sources sought synopsis is voluntary and the Government will not pay for any information submitted. There is no solicitation available at this time. Requests for a solicitation will not receive a response. To support contractor teaming and/or subcontracting arrangements a list of contractors responding to this synopsis may be posted when available. Please direct any questions regarding this synopsis to the Contract Administrator, Cheryl Bunting at (402) 294-6391 or via e-mail to cheryl.bunting@offutt.af.mil or the Contracting Officer, Will Caffaro, at (402) 294-4097, or via e-mail to william.caffaro@offutt.af.mil.
 
Place of Performance
Address: USSTRATCOM, 901 SAC Blvd, Offutt Air Force Base, Nebraska
Zip Code: 68113-6090
Country: UNITED STATES
 
Record
SN01183097-W 20061119/061117220531 (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.