Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 15, 2007 FBO #1907
SOURCES SOUGHT

R -- RFI - INTELLIGENCE BASED ANALYTICAL TECHNICAL SUPPORT

Notice Date
2/13/2007
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of the Air Force, Air Mobility Command, AMC Contracting Flight (HQ AMC/A7KQ), 507 Symington Drive Room W202, Scott AFB, IL, 62265-5015, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
FA4452-07-R-0003
 
Response Due
2/21/2007
 
Archive Date
3/8/2007
 
Description
The United States Air Force, Headquarters Air Mobility Command (HQ AMC) is seeking sources for the contemplated follow-on contract for the Intelligence Based Analytical and Technical Support (IBATS) Program. This Request for Information (RFI) is issued for informational and planning purposes only. This is not a Request for Proposal (RFP). It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals, nor will any award be made as a result of this RFI. The Air Force will NOT be responsible for any costs incurred by interested parties in responding to this RFI. This FedBizOpps notice is an announcement seeking market information on businesses capable of providing the services as described herein. AMC is currently conducting market research to determine qualified, experienced, and interested potential sources. The information requested by this RFI will be used within the Air Force to facilitate decision making and will not be disclosed outside the agency. Should a future requirement(s) evolve from this preliminary planning process, it is anticipated the period of performance will be a base year plus a 1-year option period. For the purpose of this RFI the anticipated North American Industry Classification System (NAICS) Code is 541990, All Other Professional, Scientific and Technical Services, and the small business size standard is $6.5M. The IBATS Program provides All-Source Analytical Support and Subject Matter Expertise support for the United States Central Command Intelligence Directorate (USCENTCOM/CCJ2). USCENTCOM/CCJ2 is required to perform intelligence analysis covering but not limited to: Afghanistan, Bahrain, Djibouti, Egypt, Eritrea, Ethiopia, Iran, Iraq, Jordan, Kazakhstan, Kenya, Kuwait, Kyrgyzstan, Oman, Pakistan, Qatar, Saudi Arabia, Seychelles, Somalia, Sudan, Tajikistan, Turkmenistan, United Arab Emirates, Uzbekistan, Syria, Lebanon, and Yemen, as well as transnational issues. The Joint Intelligence Center, Central (JICCENT) must produce current and long-term assessment in support of the Commander, USCENTCOM / Components for theater engagement activities, as well as contingency and deliberate planning. The contractor will support the USCENTCOM/CCJ2 in performing intelligence analysis, and aid in the coordination and planning of intelligence collection operations with other agencies and entities in the Area of Responsibility (AOR). It is anticipated the contractor will be required to provide, but not limited to: (1) Coordination and Liaison Support, (2) Future Concepts, Architecture and Program Support, (3) Intelligence and Crises Support, (4) Development and Implementation of Contingency Plans, and (5) Tactical, Operational and Strategic Requirement Support. If your firm has an interest in proposing on the requirements described above, please provide a Capability Statement to Capt Jerry Tanner, jerry.tanner-02@scott.af.mil. The Capability Statement should include general information and technical background describing your firm?s experiences in contracts requiring similar efforts to meet the program objectives. Interested parties shall not submit more than 10 single-sided, type-written pages using 12-point type or larger. Published literature may be any number of pages. Request Capability Statements include the following: 1. Company name, address, point of contact (POC), telephone number, fax number, e-mail address, NAICS code, GSA schedules held, company size (small, large business); if small, indicate type (8(a), small disadvantaged business, HUBZone, minority-owned, woman-owned, veteran-owned, etc.). 2. Demonstrate ability to support the intelligence activities identified in this announcement for USCENTCOM/CCJ2, MacDill AFB (Tampa FL), as well as each of the countries located in the USCENTCOM AOR. 3. Demonstrate ability to provide employees with required Top Secret security clearances. 4. Demonstrate ability to provide a significant increase or decrease of support (e.g. rapidly identify, equip and employ resources within the USCENTCOM AOR) in the event of an immediate surge or reduction in requirements. 5. If permitted, does your company allow employees to carry firearms when they are providing support in a hostile area? (Yes or No response only) 6. Past/Current Performance Background as it relates to intelligence based analytical and technical support, to include: a. Contract identification number(s) b. Title and a brief summary of the objective of the effort c. Contracting agency or firm (Government or commercial) d. Value of the contract(s) e. Type of contract(s), i.e., fixed price, labor hour, cost reimbursement
 
Place of Performance
Address: MacDill AFB, FL--including various other locations in CENTCOM AOR.
Zip Code: 33621
Country: UNITED STATES
 
Record
SN01231267-W 20070215/070213220642 (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.