Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 06, 2010 FBO #3024
MODIFICATION

R -- Consolidated Acquisition of Professional Services II (CAPS II) Sources Sought Synopsis

Notice Date
3/4/2010
 
Notice Type
Modification/Amendment
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
1790 10th St., Bldg. 572Wright-Patterson AFB, OH
 
ZIP Code
00000
 
Solicitation Number
PIXS6441
 
Response Due
3/17/2010
 
Archive Date
4/4/2011
 
Point of Contact
Jonathan Taliani, 937-656-4427
 
E-Mail Address
jonathan.taliani@wpafb.af.mil;laura.bushong@wpafb.af.mil
(jonathan.taliani@wpafb.af.mil;laura.bushong@wpafb.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Note: This is the same effort referenced on FedBizOpps # FA8622-09-D-5999-0100. This notice is a sources sought synopsis with specific interest in small business capability. No solicitation is being issued at this time; while a formal solicitation may be issued at a later date, this notice does not commit the government to ultimately award a contract. The work is for Advisory and Assistance Services (A&AS), as supplemented with additional information included in this notice. This notice is prepared in accordance with Part 10 of the Federal Acquisition Regulation (FAR). This synopsis is published with the intent of determining whether sufficient interest exists to solicit the requirement as a small business set aside under North American Industry Classification System (NAICS) code 541712, "Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)/Aircraft Parts, and Auxiliary Equipment, and Aircraft Engine Parts," size standard of 1,500 employees. The Aeronautical Systems Center, Air Force Material Command, intends to award one or more Indefinite Delivery/Indefinite Quantity A&AS contract(s) for the work characterized in the attached draft Performance Work Statement (PWS). The contract period of performance is anticipated to be five (5) years, with no option periods, and the ceiling is anticipated to be three billion ($3,000,000,000.00) dollars. Small businesses are advised that FAR 52.219-14, "Limitations on Subcontracting," applies, wherein "at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern." Responses to this synopsis shall include the following information: 1. State your interest in performing in the capacity of the prime contractor or as a subcontractor. 2. State your company's business size and status (including but not limited to: small business, small disadvantaged business, veteran-owned small business, service disabled veteran-owned small business, women-owned small business, historically under-utilized business zone (HUBZone) small business) in conjunction with NAICS code 541712, size standard of 1,500 employees. 3. State your company's CAGE code as listed in the Central Contractor Registry (CCR), and a point of contact (POC) name, telephone number, and e-mail address. Strategy - One or more ID/IQ contracts would be awarded, comprising a consolidated scope, constituting all studies, projects, deliverables, and Professional and Management Assistance (PMA) for all labor categories contained in the attached draft PWS (the prime contractor and team on each awarded contract would be responsible for performing in all labor categories). Note that this award strategy requires prime contractors to propose on all labor categories. If interested in this award strategy, please respond as stated above and state your industry perspective as to the pros and cons of this approach. Do not mark your information "company proprietary" or with any other type of restriction. Any information submitted will become the property of the Government. 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. Responses shall be made via e-mail to jonathan.taliani@wpafb.af.mil with courtesy copies to alexander.slate@wpafb.af.mil and laura.bushong@wpafb.af.mil. All pertinent information will be available for viewing at FedBizOpps (FBO), http://www.fbo.gov, and The Preaward Information Exchange System (PIXS), https://pixs.wpafb.af.mil/. It is incumbent upon the interested parties to review these sites frequently for 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 CCR, available at https://www.bpn.gov/ccr/default.aspx!, will make an offeror ineligible for contract award. Additionally, in accordance with 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 17 March 2010. Any questions shall be addressed via e-mail to jonathan.taliani@wpafb.af.mil. Please refer to the current CAPS contract information, Attachment 3, CAPS Contract Labor Categories, 16 Oct 07, for a starting place. Assume the ability to add additional labor categories as needed. At the present time, another industry day is anticipated once the government is prepared to give more definitive answers regarding strategy intentions. This date is to be determined and industry will be advised of updates. For more information on "Consolidated Acquisition of Professional Services II (CAPS II) Sources Sought Synopsis", please refer to:https://www.pixs.wpafb.af.mil/pixs_solicitation.asp?id=6441
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/PIXS6441/listing.html)
 
Place of Performance
Address: Wright Patterson Air Force BaseDayton, OH
Zip Code: 45433
 
Record
SN02083441-W 20100306/100304235238-5683fd861e4961cef05fd5cd25773cdf (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.