Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 09, 2007 FBO #1901
MODIFICATION

D -- Air Force Biometrical Data Assurance Services (BDQAS)

Notice Date
2/7/2007
 
Notice Type
Modification
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, HSW - 311 Human Systems Wing, 311th HSW/PK 8150 Aeromedical Road, Brooks AFB, TX, 78235-5123, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
FA8901-07-R-0002
 
Response Due
2/22/2007
 
Archive Date
3/9/2007
 
Point of Contact
Robert Batkins, Contract Specialist, Phone 210-536-6252, Fax 210-536-1918, - Charles Wingerter, Contracting Officer, Phone 210-536-6216, Fax 210-536-1918,
 
E-Mail Address
Robert.Batkins@brooks.af.mil, charles.wingerter@brooks.af.mil
 
Description
AIR FORCE BIOMETRICAL DATA QUALITY ASURANCE SERVICE (BDQAS) Request for Information (RFI) FA8901-07-R-0002 Date: 6 FEBRUARY 2007 THIS ANNOUNCEMENT IS NOT A NOTICE OF SOLICITATION ISSUANCE. THIS IS A REQUEST FOR INFORMATION (RFI) FOR PLANNING PURPOSES ONLY. Any formal solicitations will be announced separately. It is not to be construed as a commitment by the Government nor will the Government pay for information provided in response to this RFI. PURPOSE/GENERAL INFORMATION. The Air Force Surgeon General (AF/SGRKP), Brooks AFB, TX, is planning to contract for Air Force Biometrical Data Quality Assurance Service (Statement of Work attached). We anticipate a Time and Materials, Firm Fixed Price Labor contract using NAICS code 541511. The small business size standard associated with this NAICS code is $21,000,000.00. We currently anticipate awarding one contract. All business sizes, to include small business and the sub-categories of small businesses, are being looked at during our market research phase. The contract will be negotiated as Time & Materials (T&M), Firm Fixed Price Labor Hour. Additionally, we currently anticipate the contract will have a basic period of performance of one (1) year with three additional one year options to extend the potential ordering period to four years. BACKGROUND AND PROGRAM INFORMATION. This contract will serve to functionally replace services contained within AF/SGRKP?s existing Air Force Biometrical Data Quality Assurance Service, whose current ordering period will expire 31 March 2007. Request comment from interested parties to the following questions: 1. Would you be interested in submitting a proposal considering the contemplated scope of work items? If not, why? 2. In reference to 1 above, do you have sufficient experience that would allow the evaluator to assess your capability? If not, please explain. 3. What maximum capacity of work can your firm reasonably manage while assuring effective program/project implementation and maintaining quality products? 4. What is your business size? If you are a small business, do you also qualify under any of the sub-categories (8(a), small disadvantaged business, woman owned small business, veteran owned small business, HUB zone small business, service disabled veteran owned small business, and HBCU/MI)? 5. If you are a small business, would you consider submitting a proposal as a prime contractor? 6. If you are a large business, would you subcontract a portion of the program to small businesses? If so, what portion would be subcontracted to the various categories in question 4. 7. In what socio-economic programs do you now participate (e.g. Mentor Prot?g?, Indian Incentive, etc.)? What is the extent of your participation in these programs? 8. What are the most critical criteria that would distinguish one company?s capabilities from another? Explain. 9. With the contemplated requirements, would you recommend areas to omit from scoring contractor capability? 10. Would you participate in this acquisition with other firms as teaming members or joint ventures? What other teaming opportunities do you see for this acquisition? 11. It is currently anticipated that one contract award will result from this acquisition and that award may be reserved for small business. For small business consideration, would your firm be able to compete under NAICS 541511? If not, why? 12. Do you have any other comments or suggestions that you would like to share with us? 13. Please provide a one page document describing your capabilities to perform the requirements of the attached Peformance Work Statement (PWS). Please include the following with your response: name and address of firm; size of business; point of contact and telephone number, average annual revenue for past 3 years and number of employees, classification standard i.e. large, small, small disadvantaged, 8(a), HUBZone, etc, affiliate information: parent company, joint venture partners, and potential teaming partners. Please e-mail responses to Robert.batkins@brooks.af.mil no later than 13 February 2007. Since this is an RFI to be used in planning the acquisition, please do not send in a proposal. The request for proposals, if and when issued, will be available on the Internet at FedBizOpps.gov. As such, it is the potential offerors responsibility to monitor these sites for the release of any additional information. Contracting point of contact for this acquisition is Robert Batkins, Phone (210) 536-6252. Please note that official information concerning this acquisition will be provided only by the Contracting Officer or the Buyer. Any information received from other sources should not be relied upon as official acquisition information.
 
Place of Performance
Address: AFMSA/SGRKP,, 2509 Kennedy Circle, Bldg 125, Brooks City-Base
Zip Code: 78235-5116
Country: UNITED STATES
 
Record
SN01227673-W 20070209/070207220903 (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.