Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2009 FBO #2847
SOURCES SOUGHT

R -- Technical & Advisory Support Services - Attachments to Sources Sought - TA2S Draft PWS

Notice Date
9/8/2009
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management Consulting 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, Colorado, 80914-1385
 
ZIP Code
80914-1385
 
Solicitation Number
FA2517-09-R-6032
 
Archive Date
10/14/2009
 
Point of Contact
Joanna L. Green, Phone: 7195566526, Stephanie VanDine, Phone: 7195565548
 
E-Mail Address
TA2S.N-NC@peterson.af.mil, TA2S.N-NC@peterson.af.mil
(TA2S.N-NC@peterson.af.mil, TA2S.N-NC@peterson.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Initial Draft PWS Attachment 2, Market Research Questionnaire Attachment 1, Relevancy Questionnaire SOURCES SOUGHT SYNOPSIS/NORAD-USNORTHCOM (N-NC) ADVISORY AND ASSISTANCE SERVICES (A&AS) FA2517-09-R-6032, Technical & Advisory Support Services (TA2S) This is a Sources Sought Synopsis, for market research purposes only, and is not a Request for Proposal (RFP). A solicitation is not being issued at this time and this notice shall be not be construed as a commitment by the Government to issue a solicitation, nor does it restrict the Government to a particular acquisition approach. This sources sought is being published to identify potential sources capable of providing a variety of non-personal A&AS and non-A&AS to Headquarters North American Aerospace Defense Command (HQ NORAD) and Headquarters US Northern Command (HQ USNORTHCOM) and other agencies, in support of various missions, and command, control, communications, and intelligence activities within the N-NC AOR. The A&AS shall include a broad range of management, operational and professional activities, studies, analyses, and evaluation, and technical advice, assistance, and training. The non-A&AS shall include information management and engineering services support. The North American Industry Classification Systems (NAICS) Code proposed for the requirement is 541611, Administrative Management and General Management Consulting Services. The size standard for NAICS 541611 is $7.0M. Comments on this NAICS and suggestions for alternatives must include supporting rationale. The performance work statements, dollar value, and incumbent information for task orders awarded under the previous contract are available on FedBizOps in the Bidder's Library (reference FA2517-09-R-6032, TA2S). No decision has yet been made regarding the small business strategy for this acquisition. The government is interested in all small businesses including (8(a), Historically Underutilized Business Zone, or Service Disabled Veteran Owned Small Businesses that are interested in performing this requirement. The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, or Service Disabled Veteran Owned Small Businesses, small business. Small businesses are 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. Interested parties are requested to submit a statement of capability outlining past work that is related to this requirement as stated above. The statement of capability shall include: I. Contractor Name a. Address b. Point of Contact (POC) c. POC phone number(s) and e-mail addresses d. Cage code e. Business status (i.e. large/small business, disadvantaged, Hub Zone, woman-owned, etc.) f. Brief description of the company's business size g. Anticipated teaming arrangements (delineate between work accomplished by prime and work accomplished by teaming partners) h. Interest in proposing as a prime/subcontractor II. Description of Relevant Contract Experience (Government and Commercial) a. Contract number b. Description of the requirement c. Response to the attached Relevancy Questionnaire (Attachment 1) d. Magnitude e. Place of performance f. POC for the requiring activity g. POC address, e-mail phone number(s), fax number and the company's web page, if applicable III. Completed Market Research Questionnaire (Attachment 2) The statement of capability shall be UNCLASSIFIED. 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 costs 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. The Government will use this information in determining its small business set-aside decision. The company's standard format is acceptable; however, the limit for all responses is not to exceed fifteen (15) single-sided, 12 font size, 8 ½ x 11-inch pages (page limitation is inclusive of attachments 1 and 2). Contractors capable of providing these services should submit a Statement of Capability containing the above reference information via e-mail to TA2S.N-NC@peterson.af.mil, the Government points of contact for this e-mail are Ms. Joanna L. Green, Contracting Officer and Ms. Stephanie VanDine, Contract Specialist. Each submission should be virus scanned prior to being sent. Electronic submission is required. Responses shall be received not later than 29 September 2009, 1300 Mountain Time. NOTE: E-mail submissions are subject to size and type restrictions (typically limited to less than 2 megabyte in size and only non-executable attachments such as.doc or.pdf files) as well as any other appropriate network security measures. It is the respondent's responsibility to verify the e-mail was received and can be viewed. All responses must address each of the above stated requirements.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/21CONSb365/FA2517-09-R-6032/listing.html)
 
Place of Performance
Address: Primary Place of Contract Performance: 250 Vandenberg Street, Peterson AFB, Colorado, 80914, United States
Zip Code: 80914
 
Record
SN01944872-W 20090910/090909083336-adcc31db21b58638abc6079b758ef445 (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.