Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 07, 2009 FBO #2905
SOURCES SOUGHT

R -- Technical and Administrative Support - Force Management and Strategic Movements Division

Notice Date
11/5/2009
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2606 Brown Pelican Ave., MacDill AFB, Florida, 33621-5000, United States
 
ZIP Code
33621-5000
 
Solicitation Number
fjk10002
 
Point of Contact
Fran Kelley, Phone: 8138285930, LaVerne L. Astroth, Phone: 8138284723
 
E-Mail Address
frances.kelley@macdill.af.mil, Laverne.Astroth@macdill.af.mil
(frances.kelley@macdill.af.mil, Laverne.Astroth@macdill.af.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
The United States Air Force, 6th Contracting Squadron, is seeking sources for a contemplated contract for the HQ US Central Command (USCENTCOM) Force Management and Strategic Movements Division, Operations Directorate (CCJ3). This Request for Information (RFI) is issued for informational and planning purposes only. This is not a Request for Proposal (RFP). It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals, nor will any award be made as a result of this RFI. The Air Force will NOT be responsible for any costs incurred by interested parties in responding to this RFI. This FedBizOpps notice is an announcement seeking market information on service disabled veteran owned small businesses capable of providing the services as described herein. The 6th Contracting Squadron is currently conducting market research to locate qualified, experienced, and interested potential sources. The information requested by this RFI will be used within the Air Force to facilitate decision making and will not be disclosed outside the agency. Should a future requirement(s) evolve from this preliminary planning process, it is anticipated the period of performance will be a one year base year plus four (4), one (1)-year option periods. For purposes of this RFI, the North American Industry Classification System (NAICS) Code is 541990, All Other Professional, Scientific, and Technical Services and the small business size standard is $7.0M. The CENTCOM J-3 Strategic Deployments Division is U.S. CENTCOM's single source of planning and policy to address strategic theater movements of U.S. and coalition personnel. CCJ3-S maintains direct oversight of the USCENTCOM force flow to include planning, validation and execution of intra-theater and sustainment air lift. J3-S provides input in the form of policy on Time Phased Force Deployment Data. The Force Management Division (J3-FM) serves as U.S. CENTCOM focal point for planning and policy effecting Global Force Management Allocations. J3-FM exercises staff responsibility for the Request For Forces (RFF), Deployment Orders, and Redeployment Orders for all force requirements within U.S. CENTCOM AOR. CCJ3 activities require the ability to perform detailed force flow analysis to advise the commander on strategic deployment of forces that promote and protect the U.S. interests and vital strategic resources. The Contractor shall assign personnel who shall provide Technical and Administrative support services needed to integrate and synchronize Joint Operational Planning and Execution System (JOPES) Time Phased Force Deployment Data (TPFDD) validation and execution, and Global Force Management actions. Contractor will participate in strategic planning and coordinating the deployment and redeployment of all joint and combined military forces at the direction of the Commander of USCENTCOM. Contractor employees will coordinate with the Joint Staff, USCENTCOM staff, Supporting Combatant Commanders, Component staff and other agencies to execute strategic deployments. Additionally, basic skill sets provided must include writing and oral skills, for recurring staff tasks, experience and requisite organization and critical analysis pertinent to function in a four-star joint headquarters to include but not limited to producing briefings, Memorandums, Executive Summaries, Operations, Planning and Framentary Orders, doctrinal reviews, etc. Personnel supporting this contract must be proficient in use of JOPES, Force Requirements Endhanced Database, Joint Capability Requirements Management systems, Single Mobility System, Transportation Visiualization System, and Global Transportation Network. This work requires security clearances of TS/SCI for force management planners and SECRET for JOPES personnel. If your firm has an interest in proposing on the requirements described above, please provide a Capability Statement to Ms. Fran Kelley, frances.kelley@macdill.af.mil or Ms. Laverne Astroth, laverne.astroth@macdill.af.mil. The Capability Statement should include general information and technical background describing your firm's experiences in contracts requiring similar efforts. Interested parties shall not submit more than 10 single-sided, type-written pages using 12-point type or larger. Published literature may be any number of pages. Request Capability Statements include the following: 1. Company name, address, point of contact (POC), telephone number, fax number, e-mail address, NAICS code, GSA schedules held, company size (small, large business); if small, indicate type (8(a), SDVOSB, small disadvantaged business, HUBZone, minority-owned, woman-owned, veteran-owned, etc.). 2. Demonstrate ability to provide employees with skills referenced above and with required security clearances. 3. Past/Current Performance Background as it relates to the requirement as outlined in this RFI, to include: a. Contract identification number(s) b. Title and a brief summary of the objective of the effort c. Contracting agency or Company (Government or commercial) with Phone Number/Point d. Value of the contract(s) e. Type of contract(s), i.e., fixed price
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/6CS/fjk10002/listing.html)
 
Place of Performance
Address: USCENTCOM CCJ3, Bldg 540, MacDill AFB, Florida, 33621, United States
Zip Code: 33621
 
Record
SN01999233-W 20091107/091106000248-0f6fb829add8b5e963dfa18bcd75d206 (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.