Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2009 FBO #2850
MODIFICATION

R -- SETA - JIAMDO

Notice Date
9/11/2009
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, Acquisition Division AFDW/A7K, 2822 Doherty Dr. SW Suite 310, Bldg 94, PSC 341, Anacostia Annex, District of Columbia, 20373, United States
 
ZIP Code
20373
 
Solicitation Number
FA7014-09-R-0087
 
Point of Contact
tarita lewis, Phone: 2024041759, Debra Weems,
 
E-Mail Address
tarita.lewis.ctr@afncr.af.mil, Debra.Weems@afncr.af.mil
(tarita.lewis.ctr@afncr.af.mil, Debra.Weems@afncr.af.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT SYNOPSIS / Joint Integrated Air and Missile Defense Organization (JIAMDO) SYSTEMS ENGINEERING AND TECHNICAL ASSISTANCE (SETA) 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 Systems Engineering and Technical Assistance to Joint Integrated Air and Missile Defense Organization (JIAMDO), in support of various missions. The SETA shall include a broad range of management, operational and professional activities, studies, analyses, and evaluation, and technical advice, assistance, and training. The North American Industry Classification Systems (NAICS) Code proposed for the requirement is 541330, Engineering Services. The size standard for NAICS 541330 is $4.5M. Comments on this NAICS and suggestions for alternatives must include supporting rationale. No decision has yet been made regarding the small business strategy for this acquisition. Your response should identify your business size (large or small) in relation to this NAICS code. 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. Description of Services: JIAMDO mission is to define, assess, conduct technical analysis, manage and develop joint operational concepts, architectures, technical demonstrations and capabilities assessments to guide the development of a joint/ combined/interagency air and missile defense family of systems that provides Joint Force Commanders a dominant air and missile defense capability. The contractor will provide technical assistance to the JAIMDO Command Group. Technical Competence areas of consideration: IAMD Concepts and Architectures, IAMD Roadmaps, IAMD Modeling and Simulations, IAMD Technology Demonstrations, IAMD Studies and Analyses, Support to the Deputy Director for Force Protection, and Warfighter Advocacy The contractor will perform on-site at various worldwide Government locations, including JIAMDO office in Arlington, VA. TOP SECRET personnel clearances, some with Sensitive Compartmented Information (SCI) access, are mandatory and SECRET facility clearance is mandatory. 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: 1. Company name, mailing address, e-mail address, telephone and FAX numbers, website address (if available), and the name, telephone number, and e-mail address of a point of contact having the authority and knowledge to clarify responses with Government representatives. 2. Name, title, telephone number, and e-mail addresses of individuals who can verify the demonstrated capabilities identified in the responses. 3. Business size for NAICS 541330 (size standard $5.4 M or number of employees) and status, if qualified as an 8 (a) firm (must be certified by SBA), Small Disadvantaged Business (must be certified by SBA), Woman-Owned Small Business, HUBZone firm (must be certified by SBA), and/or Service-Disabled Veteran-Owned Small Business (must be listed in the VetBiz Vendor Information Pages). 4. DUNS number, CAGE Code, Tax Identification Number, and company structure (Corporation, LLC, partnership, joint venture, etc.). Companies also must be registered in the Central Contractor Registry (CCR, at www.ccr.gov) to be considered as potential sources. 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. Contractors capable of providing these services should submit a Statement of Capability containing the above reference information via e-mail to tarita.lewis.ctr@afncr.af.mil, the Government points of contact for this e-mail are Ms. Debra Weems, Contracting Officer or Mrs. Tarita Lewis, Contract Specialist. Each submission should be virus scanned prior to being sent. Electronic submission is required. Responses shall be received not later than 15 September 2009, 2:00 pm Eastern Time Zone. 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/AFDW/11CONS/FA7014-09-R-0087/listing.html)
 
Place of Performance
Address: National Capital Region (NCR), United States
 
Record
SN01951482-W 20090913/090912001940-837a282eed471b9d3ed6a1d860cf97c1 (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.