Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 06, 2011 FBO #3361
MODIFICATION

R -- Space Operations Requirements Analysis, Technical Integration, & Engineering Support (SORTIES)

Notice Date
2/4/2011
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, Air Force Space Command, 50 CONTRACTING SQUADRON, 210 Falcon Parkway STE 2116, Schriever AFB, Colorado, 80912-2116, United States
 
ZIP Code
80912-2116
 
Solicitation Number
FA2550-11-R-8000
 
Point of Contact
Sarah E. Vollbracht, Phone: 719-567-5659, James Uram, Phone: 719-567-3432
 
E-Mail Address
sarah.vollbracht@schriever.af.mil, james.uram@schriever.af.mil
(sarah.vollbracht@schriever.af.mil, james.uram@schriever.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This announcement serves as a Sources Sought synopsis issued for the purpose of market research in accordance with Federal Acquisition Regulation (FAR) Part 10. This Sources Sought synopsis is issued solely for information and planning purposes and does not constitute a solicitation nor is this notice a request for quotation. DO NOT submit a quote or proposal in response to this synopsis. The proposed contract is anticipated to be firm-fixed price (FFP) with a base period of one year and three (3), one-year option periods. For the purpose of this acquisition, the North American Industrial Classification System (NAICS) code is 541330 - Engineering Services, and the applicable size standard is $4.5M. It is this agency's intention to do an unrestricted acquisition unless enough qualified small businesses (SBs) are located with serious intentions to propose on our requirement allowing for a set-aside. The 50th Contracting Squadron (50 CONS)reserves the right to determine if a SB set-aside is appropriate. Additionally, we reserve the right to determine if one of the targeted socio-economic programs (HUB Zone small business, Small Business Administration (SBA) subcontractors referred to as "8(a)" contractors eligible under Section 8(a) of the Small Business Act (15 USC 637(a)), or Service Disabled Veteran Owned (SDVO) small business is appropriate for a set-aside based on responses to this notice and other pertinent information gathered by the contracting officer. In order for the 50 CONS to make a SB set-aside determination, it is emphasized that SB concerns provide sufficient written information to indicate their capacity and capability to successfully perform and manage all the required services. The purpose of this notice is to identify companies that are capable and qualified to provide the services required by the DRAFT Performance Work Statement (PWS), 12 January 2011. The intent of this requirement is to procure program management, systems engineering and technical support to ensure continuity of effort and provide support to 50th Space Wing Plans and Programs Office (50 SW/XP) planning and programming personnel. Services to be provided by this requirement include, but are not limited to the following: Program management and system engineering support; Wing Compliance and Self-Inspection Program Support; Wing Operational Plan Development; Wing host/tenant base planning and integration to include Wing Operations; Wing Budget Preparation; System Integration of Short-Term Special Projects; Mission sustainment and future program planning; Wing Operational Requirements Development and Coordination. This requirement will provide scientific and engineering technical services to the 50 SW/XP. The 50 SW/XP Office is chartered to provide future planning to support the 50th Space Wing (50 SW) mission and for 50 SW bases and units and acts as the Wing's "front door" providing initial and continuing support to external agencies. The term "front door" means the 50 SW/XP office is the single point of entry, the only source, into the 50 SW for requests for any future planning support requirements. The 50 SW/XP also provides requirements validation, system integration and planning support for Air Force Satellite Control Network (AFSCN), satellite command and control systems and 50 SW users. The contractor shall provide support to all aspects of 50 SW/XP operations. All responsible, capable, and interested business concerns serious about potentially submitting a proposal to provide these services are invited to respond. The Government requests that responses address the attached questionnaire and PWS. Responses may also include additional feedback that the respondent feels is critical to this procurement. The Government requests that responses be limited to a maximum of 12 pages. Any information provided by industry to the Government as a result of this sources sought synopsis is voluntary and the Government does not intend to pay for any information provided under this synopsis. Written responses will not be returned. If you are not interested in supplying this service, no response is necessary. An Ombudsman has been appointed to address concerns from offerors or potential offerors. The Ombudsman does not diminish the authority of the program management office (PMO) or contracting officer (CO), but communicates contractor concerns, issues, disagreements, and recommendations to the appropriate Government personnel. When requested, the Ombudsman shall maintain strict confidentiality as to the source of concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. The Ombudsman can be reached at Headquarters Air Force Space Command (HQ AFSPC) A7K, 719-554-5250. UPDATE 4 Feb 2011 The Government has determined that NAICS code 541330 size standard exception for "Military and Aerospace Equipment and Military Weapons" applies to this acquisition. The NAICS code remains 541330 - Engineering Services, however, the size standard has changed from $4.5M to $27M. The Government is inviting any business concerns who did not respond to this sources sought synopsis because they previously did not qualify, but now qualify under the $27M size standard, to provide a response as requested above. Responses must be received by the Government not later than 4PM MST on 10 February 2011. Companies who have previously responded ARE NOT to resubmit unless the size standard change impacts their capabilities.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/50CS/FA2550-11-R-8000/listing.html)
 
Place of Performance
Address: 210 Falcon Parkway, Suite 2116, Schriever AFB, Colorado, 80912-2116, United States
Zip Code: 80912-2116
 
Record
SN02373312-W 20110206/110204234112-bda2c03846b2bf1f290233a3afd2f9b6 (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.