Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 10, 2008 FBO #2267
SOURCES SOUGHT

R -- Air Force Space Command (AFSPC) Mission Communications Coordination Center (MCCC) Information Technology non-personal services support

Notice Date
2/8/2008
 
Notice Type
Sources Sought
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of the Air Force, Air Force Space Command, 21CONS (Bldg 350), Specialized Flight-IT, O&M, Tech Serv, IT Resources 135 E ENT Ave STE 1055, Peterson AFB, CO, 80914-1385, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
FA2517-08-R-9002
 
Response Due
2/20/2008
 
Archive Date
3/6/2008
 
Point of Contact
Cindy Weaver-Washington, Contract Specialist, Phone 709-556-3049, Fax 719-556-7900, - Carla Johnson, Contract Specialist, Phone 719-556-4572, Fax 719-556-4988
 
E-Mail Address
cindy.weaver-washington@peterson.af.mil, carla.johnson@us.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This sources sought is being published for market research purposes only, to identify potential sources capable of providing core communications non-personal services to Air Force Space Command (AFSPC) Mission Communications Coordination Centers. This is only a Sources Sought Synopsis and is not a Request for Proposal (RFP). A solicitation is not being issued at this time and this notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. Any information provided by industry to the Government as a result of this sources sought synopsis is strictly voluntary. Responses will not be returned. No entitlements to payment of direct or indirect cost or charges to the Government will arise as a result of contractor submission of responses or the Government's use of such information. The information obtained from industries responses to this notice may be used in the development of an acquisition strategy and future RFP. For a brief description/scope please see the PDF document entitled "Market research/MCCC Fedteds Info", posted to the FedTeds website (https://www.fedteds.gov) on 8 Feb 08. The contractor shall be required to interface with other contractors or government agencies in support of issues dealing with systems in areas where the contractor is the functional manager. The Government is considering a period of performance of one (1) year with four (4) option years, which may be exercised to extend the period of performance. The estimated contract start date is 1 Dec 2008, preceded by a 30 day Phase-In period. The current contract type is Time-and-Materials; however the government is considering issuing this contract as Firm Fixed Price or Time-and-Material or Cost contract. The Government is contemplating a North American Industry Classification System (NAICS) code for this requirement of 541519 (Other Computer Related Service) with a size standard of $23 million. The Government is seeking responses from ONLY Small Businesses, at this time, that intend to propose as a prime contractor on this effort. All small business, veteran-owned small business, service-disabled veteran-owned small business, certified HUBZONE small business, small disadvantaged business, certified 8(a) small disadvantaged business, or women-owned small business concerns; or Historically Black Colleges and Universities and Minority Institutions (HBCU/MI) or Tribal Universities are encouraged to respond. Responses to this sources sought synopsis will be used for a market survey analysis to determine if the contemplated acquisition will be conducted under full and open competition, or as a set-aside under a small business set-aside or 8(a) procedures. Respondents shall indicate in their responses whether they qualify under NAICS Code 541519 with a size standard of $23 million as a small business. Interested parties are requested to submit a statement of capability outlining past work that is related to this requirement listed in the Description of Services. Limited to fifteen (15) pages. The statement of capability shall provide a brief introduction into the company, including CAGE Code and include a description of relevant contract experience offered to the Government and to commercial customers. Along with a description of relevant contracts experience, include the contract number, business status (including any subcontractors/teaming members), magnitude, place of performance, and points of contact for each example provided (name of point of contact, address, e-mail, telephone number, fax number, and the company?s web page, if applicable). The submitted information shall be UNCLASSIFIED. Additionally, respondents must provide a statement addressing relevant technical capabilities in the following areas:
 
Place of Performance
Address: 21 CONS/LGCCA, 135 Dover Street, Suite 1055, Peterson AFB, Colorado
Zip Code: 80914-1117
Country: UNITED STATES
 
Record
SN01504346-W 20080210/080208225938 (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.