Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 26, 2009 FBO #2649
DOCUMENT

R -- ACE Program - ACE Requirements

Notice Date
2/24/2009
 
Notice Type
ACE Requirements
 
NAICS
561110 — Office Administrative Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL - Rome Research Site, AFRL/Information Directorate, 26 Electronic Parkway, Rome, New York, 13441-4514
 
ZIP Code
13441-4514
 
Solicitation Number
FA8751-09-R-0017
 
Response Due
3/4/2009 3:00:00 PM
 
Archive Date
7/13/2009
 
Point of Contact
Jacquelyn M. Fleet, Phone: 315-330-3270
 
E-Mail Address
jacquelyn.fleet@rl.af.mil
 
Small Business Set-Aside
N/A
 
Description
Capable sources are sought to support the Advanced Course in Engineering (ACE) Program. ACE is an annual professional military education program in cyber education for rising Air Force Reserve Officer Training Corps (AFROTC) seniors. The execution of the program is two-phased: the primary phase is the ten (10) week ACE execution for 30-40 students; the secondary is recruitment and sustainment of the ACE. This Sources Sought Notice is for planning purposes only. The applicable NAICS code is 561110 with an associated small business size standard of $7.0 million. This is a Sources Sought Notice and not a Request for Proposal (RFP). No solicitation is being issued at this time. 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 to the Government as a result of this Sources Sought Notice is voluntary. Responses will not be returned. No entitlement to payment of any costs by the Government will arise as a result of contractor submission of responses or the Government's use of such information. The information obtained from responses to this notice may be used to develop an acquisition strategy and future solicitation. The Air Force is considering whether to set-aside this contemplated Firm Fixed Price (FFP) acquisition for 8(a), HUBZone, Service Disabled Veteran Owned Small Business (SDVOSB), or Small Business (SB) sources. If adequate responses to this Sources Sought notice are not received, the acquisition may be solicited on an Unrestricted basis. If this effort is to be set aside, the clause at FAR 52.219-14, Limitations on Subcontracting, will apply and the prime specialty trade contractor will be required to perform a minimum of 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. This acquisition includes but is not limited to supporting the logistics of the program including cadet recruiting, selection and clearances; selection and processing of cadet travel, meals, and lodging; hiring and management of support personnel; support of internship management; travel and lodging accommodations for staff rides; logistic support for all ACE-related Temporary Duty (TDY); and other ACE-related duties as follows: 1. Provide a world-class cyber education environment to support development of cyber officers by developing the curriculum and providing instructional preparation to help future Air Force officers develop an understanding of current cyber warfare revolution of military affairs (RMA) in the historical context of other RMAs. 2. Acquire instructional materials and facilities. 3. Support/internship mentoring program. 4. Recruit consultants and student interns 5. Provide/Execute logistics 6. Provide program evaluation and follow-up Specifications, requirements, and associated documents will be provided at time of solicitation. NOTE that this description of work is for the purpose of general information only and is not intended to include or describe every feature of the requirements or to define the scope of the requirement completely. The period of performance will be for a base period of twelve (12) months and four (4) option periods of twelve (12) months each. All interested 8(a), HUBZone, SDVOSB, and SB concerns are invited to respond. Responses must include the following six (6 ) items: 1. Positive statement of your intent to submit a proposal for this solicitation as a prime contractor. 2. Evidence of experience within the past three years of work similar in magnitude and scope to include: (a) Experience providing logistics support to 60+ people in such areas as transportation, lodging, food, conference space, facilities with computer network access, inter-organizational meeting, business trips and tours. (b) Experience in working with educational resources: universities, professors, think-tanks in order to develop the cyber curriculum. (c) Experience with employee and/or sub-contractor evaluations. 3. Past performance information for work cited above to include: (a) Contract numbers (b) Project titles (c) Dollar amounts (d) Points of contact and contact information (e) Project descriptions (f) Description and quantification of work performed by subcontractors 4. Submit resumes of key personnel; areas of interest include: (a) Working knowledge of high level cyber-space concepts for recruitment and course development purposes (b) Experience in long-term scheduling and ability to multi-task 5. Provide documentation showing SECRET SAFEGUARD capability. 6. Documentation of current 8(a), HUBZone, SDVOSB, or SB status such as SBA certification or other evidence. (For more information on the definition or requirements, refer to http://www.sba.gov.) All responses must be submitted in sufficient detail for a decision to be made on an 8(a), HUBZone, SDVOSB, or Small Business set-aside. Failure to submit all information requested may result in a contractor being considered ‘not interested' in this requirement. Firms that meet the requirements described in this announcement are invited to submit their documentation to the attention of Ms. Jan Norelli, Small Business Specialist (tel 315-330-3311, 26 Electronic Parkway, Rome, NY 13441-4514) with an email notice to Ms. Jacquelyn Fleet, Contract Specialist (jacquelyn.fleet@rl.af.mil). Technical questions may be directed to Jacquelyn Fleet at 315-330-3270, email jacquelyn.fleet@rl.af.mil. All information must be received before 3 PM EST, 4 March 2009 to be considered. NOTE: In order to receive an award from any resultant solicitation, should one be issued, the successful offeror must be actively registered in Central Contractor Registration (CCR - http://www.ccr.gov), Online Representations and Certifications Application (ORCA - http://orca.bpn.gov), and Wide Area Workflow (WAWF - https://wawf.eb.mil).
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=99c2d67a754a494b91418590f8743b0e&tab=core&_cview=1)
 
Document(s)
ACE Requirements
 
File Name: ACE Requirements (ACE_Requirements.doc)
Link: https://www.fbo.gov//utils/view?id=7e7186b0d47ca5228a74d547d540a6f6
Bytes: 31.50 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Department of the Air Force, Air Force Materiel Command, AFRL – Rome Research Site, AFRL/Information Directorate, 26 Electronic Parkway, Rome, New York, 13441-4514, United States
Zip Code: 13441-4514
 
Record
SN01756321-W 20090226/090224221847-99c2d67a754a494b91418590f8743b0e (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.