Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 02, 2007 FBO #2106
SOURCES SOUGHT

A -- Air Force Research Laboratory (AFRL) Headquarters Senior Consulting and Specialized Technical Support

Notice Date
8/31/2007
 
Notice Type
Sources Sought
 
NAICS
541618 — Other Management Consulting Services
 
Contracting Office
2275 D Street Bldg 16 Rm 129
 
ZIP Code
00000
 
Solicitation Number
FA8622-08-R-8011
 
Response Due
9/14/2007
 
Archive Date
10/12/2007
 
Small Business Set-Aside
N/A
 
Description
Air Force Research Laboratory (AFRL) Headquarters Senior Consulting and Specialized Technical Support SOURCES SOUGHT SYNOPSIS (Not a Notice of Solicitation) 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 Research Laboratory Head-Quarters with range of high level consulting and specialized technical support services. Organizations that may require consulting or technical support include the History Office, AFRL/HO, the Office of Corporate Development, AFRL/DP, and the Intelligence, Requirements, Plans & Programs Directorate, AFRL/XP. The Government plans a three year Indefinite Delivery, Indefinite Quantity (IDIQ), delivery order contract with a ceiling of $9.8M. A proposed draft Performance Work Statement (PWS), Labor Category Descriptions, and the currently planned Task Orders are attached to provide respondents a better understanding of the needs of the AFRL Headquarters. 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 541618. The AF anticipates that all task orders will be for 1 year with 2 option years. All interested parties shall submit a capabilities package that explicitly demonstrates capabilities and expertise related to this effort. Foreign contractor participation is not permitted. 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. DATE DUE: Packages must be received in the buying office not later than 12:00 EST, 14 Sep. All questions shall be submitted in writing to: Toni.Waggoner, Contract Negotiator Toni.Waggoner@wpafb.af.mil ASC/PKWDK 2275 D Street, Building 16, Room 129 Wright Patterson AFB OH 45433 (937) 656-4434 George Ann Thompson, Contracting Officer georgeann.thompson@wpafb.af.mil ASC/PKWDK 2275 D Street, Building 16, Room 129 Wright Patterson AFB OH 45433 (937) 656-4433 REQUEST FOR CABILITY PACKAGE: Request your firm submit information as to its capability to perform the tasks set forth in the attached Draft Performance Work Statement (PWS). PACKAGE REQUIREMENTS: 1. Please provide the following information from your firm: a. Company name b. Address c. Phone number d. Fax number e. E-mail f. Point of contact information g. Existing GSA schedules. h. Indicate your business type (ie. small business, small disadvantaged business, HUBZone business, or a Woman Owned Small Business). 2. Respondents are requested to provide a brief description of their team?s capability and approach to accomplishing the Draft PWS and all Task Orders. Address briefly how you/your team will perform this work. Limit responses to a total page limit of 25 pages. Each page shall be formatted for 8 ?? x 11? paper. Pages shall be single-spaced and one-sided. The font shall be Times New Roman and no smaller than 10pt with at least a one-inch margin. Covers, tab dividers, title pages, glossaries, and table of contents are not required. Please submit your responses electronically in a Microsoft Word compatible file or PDF. 3. Address your approach to initial staffing, including resumes of key personnel or your approach to hire or contract for the personnel required to perform the task. Resumes do not count toward the page limit. 4. Provide no more than five contract history matrices for any contract relevant to this effort. (include information ONLY for work within the last three years) For all current or past contracts deemed relevant, provide the information in the following paragraphs: (1) Administrative Data: (a) Company/Division Name (b) Program Title (c) Contracting Agency (d) Contract Number (e) A brief description of the contract effort, indicating whether it was development and/or production (f) Type of Contract (g) Period of Performance (h) Original Contract $ Value and Current Contract & Value (i) Original Completion Data and Current Completion Date (j) Name, address and telephone number of Government Program Director/Manager, Administrative Contracting Officer (ACO) And Procuring Contracting Officer (PCO). There is no page limit for this requirement. 5. Organizational Conflict of Interest (OCI): Provide your approach to organization conflict of interest (OCI) avoidance, non-disclosure of information and protecting intellectual property and business interests of prime contractors and small businesses. An OCI mitigation plan should be included. This plan does not count towards the page limit. If a Request for Proposal (RFP) materializes from this Sources Sought, the government intends on including the following clauses in this requirement, AFMC FARS 5352.209-9002 Organizational Conflict of Interest. (AFMC) (Aug 2002) AFMC FARS 5352.209-9002 Organizational Conflict of Interest. Alternate II (AFMC) (Aug 2002) AFMC FARS 5352.209-9002 Organizational Conflict of Interest. Alternate III (AFMC) (Aug 2002) The full text of the above clauses may be accessed electronically at http://farsite.hill.af.mil/ Attachment: Draft PWS For more information on "Air Force Research Laboratory (AFRL) Headquarters Senior Consulting and Specialized Technical Support", please refer to: https://www.pixs.wpafb.af.mil/pixs_solicitation.asp?id=5376
 
Web Link
Air Force Research Laboratory (AFRL) Headquarters Senior Consulting and Specialized Technical S
(https://www.pixs.wpafb.af.mil/pixs_solicitation.asp?id=5376)
 
Record
SN01392203-W 20070902/070831221301 (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.