Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 28, 2008 FBO #2285
SOURCES SOUGHT

R -- Advisory & Assistance Services & Systems Engineering & Technical Assistance Services for Headquarters, Air Force Space Command

Notice Date
1/14/2008
 
Notice Type
Sources Sought
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Department of the Air Force, Air Force Space Command, 21CONS (Bldg 982), Base Support Flight 700 Suffolk Street, STE 1200, Peterson AFB, CO, 80914-1200, UNITED STATES
 
ZIP Code
80914-1200
 
Solicitation Number
FA2517-08-R-9000
 
Response Due
1/22/2008
 
Point of Contact
Jeane Steed, Contracting Officer, Phone 719-556-8087, Fax 719-556-7396, - Jamie Dufrene, Contract Specialist, Phone (719) 556-8763, Fax (719) 556-4538
 
E-Mail Address
jeane.steed@peterson.af.mil, jamie.dufrene@peterson.af.mil
 
Description
This is a Sources Sought Notice only, with specific interest in small business capability. The purpose of this notice is to obtain information from qualified small businesses and to conduct market research in accordance with Federal Acquisition Regulation (FAR) Part 10 (please see attached market research questions). No solicitation is being issued at this time. This notice shall not be construed as a commitment by the Government to ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The 21st Contracting Squadron at Peterson Air Force Base (PAFB), Colorado, seeks potential sources to perform a variety of non-personal Advisory and Assistance Services (A&AS) and Systems Engineering and Technical Assistance (SETA) services in support of Headquarters, Air Force Space Command (HQ AFSPC), PAFB, Colorado. A broad range of technical and analytical advisory and assistance and systems engineering and technical assistance shall be provided under this contract to include support or improvement of policy development, management, administration and improvement of systems operations. This requirement shall also consist of several phases of planning, programming, acquisition, and implementation cycles of various Government systems to complement the Government?s technical expertise in accomplishing its mission. In rendering the foregoing services, outputs may take the form of information, advice, opinions, alternatives, analyses, evaluations, recommendations, and training services. Work under this contract will require security clearances. For reference purposes, the solicitation, when issued, will be numbered FA2517-08-R-9000 and will be a Request for Proposal (RFP). A best value source selection will likely be the method of contractor selection. Work performed under the current HQ AFSPC contract will be accessible at the Federal Technical Data Solutions (FedTeDS) website. It is anticipated the contract performance period will be a base period of five years with no option periods, and the program?s ceiling value will be approximately $400 million. Most of the work is expected to be performed on PAFB. The Government is contemplating award of a multiple award Indefinite-Delivery Indefinite-Quantity (IDIQ) contract with firm fixed price and cost type contract line item numbers (CLINs). The North American Industry Classification Systems (NAICS) Code for this procurement is 541712, Research and Development in the Physical, Engineering, and Life Sciences, with a small business size standard of 1,000 employees. No decision has yet been made regarding the small business strategy for this contract. However, in anticipation of addressing bundling issues, the Government is specifically assessing the availability and potential of small business to perform this work. Small business is advised that FAR 52.219-14, Limitations on Subcontracting, would apply wherein at least 50 percent of the work must be performed by the small business prime contractor alone. Small businesses wishing to influence the Contracting Officer?s decision regarding small business set-asides are urged to respond to this announcement via e-mail to jamie.dufrene@peterson.af.mil with a courtesy copy to jeane.steed@peterson.af.mil. Please provide your Central Contractor Registration (CCR) number; a brief description of your company?s business size and status (i.e., HUBZone, woman/veteran/service disabled veteran/native American/minority-owned); and a point of contact (POC) name, telephone number and e-mail address. Any information provided by industry to the Government as a result of this notice or any follow-up information requests is voluntary and shall be treated as confidential. No reimbursement will be made for any costs associated with this or future requests. Additional information, as it becomes available, will be posted as amendments to this announcement. All amendments will be available for viewing at this website, FedBizOps (FBO) at http://www.eps.gov. It is incumbent upon the interested parties to review the site frequently for any updates and amendments to any and all documents. All potential offerors are reminded, in accordance with FAR 52.204-7, Central Contractor Registration, lack of registration in the Central Contractor Registration (CCR) will make an offeror ineligible for contract award. Additionally, in accordance with Federal Acquisition Regulations (FAR) 52.204-8, Annual Representations and Certifications, offerors are also reminded to register with Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov . Please provide responses by 22 January 2008. Any questions may be addressed via e-mail to jeane.steed@peterson.af.mil. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (14-JAN-2008). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 26-FEB-2008, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USAF/AFSC/21CONSb984/FA2517-08-R-9000/listing.html)
 
Place of Performance
Address: HQ, Air Force Space Command, Peterson Air Force Base, CO
Zip Code: 80914
Country: UNITED STATES
 
Record
SN01517658-F 20080228/080226225702 (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.